Loading...
09/05/2019Thursday, September 5, 2019 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda September 5, 2019City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 ID#19-6609 2019 Clearwater/Nagano Sister Cities Exchange Student Post-Trip Presentations - Christopher Hubbard, City Manager’s Office 4.2 ID#19-6690 CareFest Day Proclamation - Lisa Walls of Somebody Cares Tampa Bay 5. Approval of Minutes 5.1 ID#19-6736 Approve the minutes of the August 14, 2019 City Council Meeting as submitted in written summation by the City Clerk. 6. Citizens to be heard re items not on the agenda Public Hearings - Not before 6:00 PM Page 2 City of Clearwater Printed on 9/5/2019 September 5, 2019City Council Meeting Agenda 7. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 7.1 9322-19 Set final millage rate of 5.9550 mills for fiscal year 2019/20 against non-exempt real and personal property within the City of Clearwater and pass Ordinance 9322-19 on first reading. 7.2 9323-19 Approve the City of Clearwater Annual Operating Budget for the 2019/20 fiscal year and pass Ordinance 9323-19 on first reading. (APH) 7.3 9324-19 Approve the fiscal year 2019/20 Annual Capital Improvement Budget, establish a six-year plan for the Capital Improvement Program (CIP), and pass Ordinance 9324-19 on first reading. 7.4 ID#19-6670 Approve the recommended Penny for Pinellas project list, as revised for Fiscal Years 2019/20 through 2029/30. (APH) 7.5 ID#19-6618 Provide direction on the proposed first amendment to an existing Hotel Development Agreement (HDA2014-07004) between Decade Sea Captain, LLC (the property owner) and the City of Clearwater for property located at 40 Devon Drive, which replaces Exhibit A to provide an updated legal description and replaces Exhibit B to provide new conceptual site plans and elevations, reduce the overall height of the proposed hotel building, add a detached dwelling to the portion of the property within the Low Medium Density Residential (LMDR) District and sets a new date by which time site plan approval must be obtained and confirm a second public hearing in City Council Chambers before City Council on September 19, 2019 at 6:00 p.m., or as soon thereafter as may be heard. (HDA2014-07004A). 8. Second Readings - Public Hearing 8.1 9304-19 2nd rdg Adopt Ordinance 9304-19 on second reading, vacating the east 1.5 feet of a platted 30 foot drainage easement lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6, Brookhill Terrace, as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida. Page 3 City of Clearwater Printed on 9/5/2019 September 5, 2019City Council Meeting Agenda 8.2 9305-19 2nd rdg Adopt Ordinance 9305-19 on second reading, amending the Clearwater Code of Ordinances, Appendix A, Schedule of Fees, Rates, and Charges, Article XXIV, Public Works - Fees, Rates, and Charges, Section (3)(E) Stormwater Management Utility Rates. 8.3 9306-19 2nd rdg Adopt Ordinance 9306-19 on second reading, vacating the north portion of a 50 foot right-of-way of Meadow Lark Lane (Also known as Meadowlark Lane) in revised map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying south of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet south of the East/West centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot portion previously vacated as recorded in Official Records Book 19332, Page 1499, of the Public Records of Pinellas County, Florida. 8.4 9307-19 2nd rdg Adopt Ordinance 9307-19 on second reading, amending the Clearwater Code of Ordinances - Appendix A, Schedule of Fees, Rates and Charges, Article XXV, Public Works - Fees, Rates, and Charges, Sections (3)(C) Solid Waste Collection Rates, (3)(D), Recycling and (5) Other Miscellaneous Charges. 9. City Manager Reports 9.1 ID#19-6662 Approve State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentive Certification for the closeout year 2016-2017 and interim years 2017-2018 and 2018-2019 and allow the appropriate officials to execute same. 9.2 ID#19-6687 Approve the Fiscal Year 19-20 through Fiscal Year 21-22 Three-Year Local Housing Assistance Plan for Pinellas County Housing Trust Fund and adopt Resolution 19-22. 9.3 ID#19-6638 Approve settlement of a property damage liability claim (19-000130) for payment of $130,808.25 to HGBrown and Associates, LLC, the property owner, with a general release of all claims and authorize the appropriate officials to execute same. 9.4 ID#19-6639 Approve the purchase of excess liability, excess workers compensation, and numerous specialty insurance policies from October 1, 2019 through September 30, 2020 at an amount not to exceed $875,000 and authorize the appropriate officials to execute same. 9.5 ID#19-6656 Approve an increase to Purchase Order No. 19000957 with Marlin Gas Services, LLC, in the amount of $140,000, to provide portable natural gas service to the Del Webb residential community in Pasco County. Page 4 City of Clearwater Printed on 9/5/2019 September 5, 2019City Council Meeting Agenda 9.6 ID#19-6653 Award Invitation to Bid Number 45-19, Galvanized Pipe and Fittings, to Bert Lowe Supply of Lakeland, Florida and Empire Pipe Orlando of Sanford, Florida, for the supply of galvanized pipe and fittings, in the annual not-to-exceed amount of $140,000 with option for two one-year term extensions and authorize the appropriate officials to execute same. 9.7 ID#19-6643 Approve purchase orders for payment of premiums to various providers under the City’s 1% life insurance program in the annual not-to-exceed amount of $150,000 for the period October 1, 2019 through September 30, 2022 and authorize the appropriate officials to execute same. 9.8 ID#19-6657 Authorize the funding of city medical insurance and a contract between the City and Cigna Healthcare for administrative services under a self-insured funding arrangement for the period January 1, 2020 through December 31, 2020, at a total not-to-exceed amount of $20 million, to be funded by city budgeted funds, payroll deductions of employee and retiree premiums. 9.9 ID#19-6574 Approve a revised Standard Agreement Form to be used with the various Youth Co-Sponsor Groups and the City of Clearwater and authorize the appropriate officials to execute same. 9.10 ID#19-6652 Award Request for Proposals 30-19, Event Rental Equipment and Services, to Elite Event and Rentals of Tampa, FL in the annual not-to-exceed amount of $75,000 with the option of three one-year renewals at the City’s discretion and authorize the appropriate officials to execute same. 9.11 ID#19-6492 Approve a three-year agreement and Work Order to Wright-Pierce, Inc., in the amount of $1,640,880, for Wastewater Collection System Flow Monitoring Services (19-0024-UT) and authorize the appropriate officials to execute same. 9.12 ID#19-6624 Approve an Engineer of Record (EOR) design Work Order to Metzger and Willard of Tampa, FL, in the amount of $262,020.00 for the Rehabilitation of Lift Stations 54 and 65 and Lift Station Standards (18-0058-UT) and authorize the appropriate officials to execute same. 9.13 ID#19-6630 Award a construction contract to TLC Diversified, Inc. of Palmetto, FL in the amount of $1,980,261.25 for Lift Station 45 Force Main Replacement (17-0016-UT); approve Engineer of Record (EOR) Supplemental Two Work Order from McKim and Creed in the amount of $192,233; and authorize the appropriate officials to execute same. 9.14 ID#19-6631 Award a construction contract to Waterfront Engineering, Inc. of Tampa, Florida for 2019 City Seawalls Project (19-0021-EN) in the amount of $254,710.50 and authorize the appropriate officials to execute same. 9.15 ID#19-6686 Provide direction regarding development of a program for businesses to provide for-hire motorized scooters to the public and for the use of these and other micromobility devices in the city. Page 5 City of Clearwater Printed on 9/5/2019 September 5, 2019City Council Meeting Agenda 9.16 ID#19-6623 Award Invitation to Bid 43-19, Service Brass and Brass Valves, to Ferguson Enterprises LLC dba Ferguson Waterworks of Tampa, FL and Fortiline Waterworks of Tampa, FL, for the supply of service brass and brass valves, in the annual not-to-exceed amount of $200,000, with the option for two one-year term extensions and authorize the appropriate officials to execute same. 9.17 ID#19-6642 Award Invitation to Bid 46-19, Backflow Devices and Parts, to Ferguson Enterprises LLC dba Ferguson Waterworks of Tampa, FL, Core and Main LP of St Louis, MO and American Backflow Products Company of Tallahassee, FL, for the supply of backflow devices and parts, in the annual not-to-exceed amount of $250,000, with the option for two one-year term extensions and authorize the appropriate officials to execute same. 9.18 ID#19-6650 Authorize a sole source award to Hudson Pump and Equipment of Lakeland, Florida for Flygt pumps, parts and services, in the annual amount of $200,000.00, with the option for two, one-year extensions, pursuant to Clearwater Code of Ordinances Section 2.564 Exceptions to Bidding and authorize the appropriate officials to execute same. 9.19 ID#19-6632 Award a contract (blank purchase order) to Jet Age Fuel, Inc. of Clearwater, FL in the annual amount of $2,700,000 for the purchase of unleaded and diesel fuel, with two one-year renewal terms at the City's option and authorize the appropriate officials to execute same. 9.20 ID#19-6692 Appoint two members to the Nuisance Abatement Board with terms to expire August 31, 2023. 9.21 ID#19-6772 Confirm the Declaration of a State of Emergency due to conditions surrounding Hurricane Dorian and adopt Resolution 19-30. 9.22 ID#19-6640 Provide direction on renaming the Bayfront Tennis Complex to Coachman Commons. 10. City Attorney Reports 11. Other Council Action 11.1 ID#19-6694 Fence Code - Councilmember Polglaze 11.2 ID#19-6628 5G Small Cell Technology - Councilmember Allbritton 12. Closing comments by Councilmembers (limited to 3 minutes) 13. Closing Comments by Mayor Page 6 City of Clearwater Printed on 9/5/2019 September 5, 2019City Council Meeting Agenda 14. Adjourn Page 7 City of Clearwater Printed on 9/5/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6609 Agenda Date: 9/5/2019 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: 2019 Clearwater/Nagano Sister Cities Exchange Student Post-Trip Presentations - Christopher Hubbard, City Manager’s Office SUMMARY: Combined brief post-trip presentations by the 2019 Clearwater/Nagano Sister Cities High School and Young Ambassador students. APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 |1CITY OF CLEARWATER Clearwater High School Exchange to Nagano, Japan Graceanna Akhtar, Hannah Joseph, Jace Mack July 2019 |2CITY OF CLEARWATER |3CITY OF CLEARWATER |4CITY OF CLEARWATER |5CITY OF CLEARWATER |6CITY OF CLEARWATER |7CITY OF CLEARWATER |8CITY OF CLEARWATER |9CITY OF CLEARWATER |10CITY OF CLEARWATER |11CITY OF CLEARWATER |12CITY OF CLEARWATER |1CITY OF CLEARWATER Clearwater Middle School Exchange Jonathan Haggerty June 2019 |2CITY OF CLEARWATER |3CITY OF CLEARWATER Seibu Junior High is a small school hidden in the mountains of Nagano. |4CITY OF CLEARWATER Our day was filled with activities. Read the agenda and GO! |5CITY OF CLEARWATER |6CITY OF CLEARWATER Lunch time |7CITY OF CLEARWATER Watch as the entire school cleans together |8CITY OF CLEARWATER Memories that will last forever… |9CITY OF CLEARWATER Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6690 Agenda Date: 9/5/2019 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.2 SUBJECT/RECOMMENDATION: CareFest Day Proclamation - Lisa Walls of Somebody Cares Tampa Bay SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6736 Agenda Date: 9/5/2019 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the August 14, 2019 City Council Meeting as submitted in written summation by the City Clerk. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 City Council Meeting Minutes August 14, 2019 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Wednesday, August 14, 2019 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes August 14, 2019 Page 2 City of Clearwater Roll Call Present: 5 - Mayor George N. Cretekos, Councilmember Jay Polglaze, Councilmember Hoyt Hamilton, Vice Mayor Bob Cundiff and Councilmember David Allbritton Also Present: William B. Horne II – City Manager, Micah Maxwell – Deputy City Manager, Michael Delk – Assistant City Manager, Pamela K. Akin City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Official Records & Legislative Services Coordinator. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. 1. Call to Order – Mayor Cretekos The meeting was called to order at 6:00 p.m. in Council Chambers at the Main Library. 2. Invocation – Father Kyrillos Makar from St. Mary & St. Mina Coptic Orthodox Church 3. Pledge of Allegiance – Councilmember Hamilton 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 August Service Awards One service award was presented to a city employee. 5. Approval of Minutes 5.1 Approve the August 1, 2019 City Council Meeting Minutes as submitted in written summation by the City Clerk. Vice Mayor Cundiff moved to approve the August 1, 2019 City Council Meeting Minutes as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. Draft City Council Meeting Minutes August 14, 2019 Page 3 City of Clearwater 6. Citizens to be heard re items not on the agenda Daron Whitley requested that someone contact him to discuss his request to connect to the city sewer that he mentioned at the last council meeting. 7. Consent Agenda – Approved as submitted. 7.1 Authorize surplus disposition of G3669, G3948, and G3950 via auction to the highest bidder, pursuant to Clearwater Code of Ordinances Section 2.622, Surplus Personal Property, and authorize the appropriate officials to execute same. (consent) 7.2 Award Request for Proposals Number 29-19 (RFP 29-19), Aquatic Sites Invasive Species Maintenance, to Aquatic Systems, Inc., of Pompano Beach, FL, for the maintenance of city-owned lakes, ponds, wetlands, and mitigation sites, in the annual not-to-exceed amount of $167,762, with three, one-year extensions at the City’s discretion and authorize the appropriate officials to execute same. (consent) 7.3 Approve the final plat for Union Place, physically located at 1625 Union Street. (consent) 7.4 Approve the final plat for Towns at Spring Lake, physically located at 1895 Virginia Avenue. (consent) 7.5 Approve Change Order 1 to David Nelson Construction Company of Clearwater, FL, for the Seminole Street Boat Ramp/North Marina District Improvements (16-0020-PL) in the amount of $358,275.99 and authorize the appropriate officials to execute same. (consent) 7.6 Declare approximately 85,000 square feet of used artificial turf and 38,000 pounds of rubber surplus to the needs of the City and donate to Pinellas County School Board in accordance with Code of Ordinances Section 2.621 Sale of Surplus Property and authorize the appropriate officials to execute same. (consent) 7.7 Award Request for Proposals 33-19, Food and Beverage Concession Services, to Kinney’s Kitchen, LLC, for concession services at Eddie C. Moore Softball Complex, for the period August 2019 through July 2022, with the option of one three-year renewal term and authorize the appropriate officials to execute same. (consent) 7.8 Approve an agreement between Pinellas County and City of Clearwater to provide Emergency Medical Services ALS First Responder services to the Clearwater Fire District and authorize the appropriate officials to execute same. (consent) 7.9 Approve the Fire Protection Services Agreement between Pinellas County Fire Protection Authority and City of Clearwater for a five-year term extending through September 30, 2024 and authorize the appropriate officials to execute same. (consent) Draft City Council Meeting Minutes August 14, 2019 Page 4 City of Clearwater 7.10 Authorize a blanket purchase order to Huber Technology, Inc. of Huntersville, NC, for the purchase of barscreen replacement parts and services, in the annual not-to-exceed amount of $100,000, with option for two one-year term extensions, pursuant to Clearwater Code of Ordinances Section 2.564 Exceptions to Bidding and authorize the appropriate officials to execute same. (consent) 7.11 Authorize the award of Invitation to Bid 34-19, Biosolids Management Services, to T. Wayne Hill Trucking, Inc of Bartow, FL, in the annual not-to-exceed amount of $590,000 with two one-year extensions at the City’s discretion and authorize the appropriate officials to execute same. (consent) 7.12 Request for authority to settle the case of Milagros Medina v. City of Clearwater, Case No. 16-00004-CI for $180,000.00. (consent) 7.13 Declare miscellaneous furniture, minor equipment, and fixtures, surplus to the needs of the City for disposition in accordance with Clearwater Code of Ordinances 2.621 Sale of Surplus Personal Property and authorize the appropriate officials to execute same. (consent) Councilmember Hamilton moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings 8.1 Approve the request from the owner of property addressed as 1572 Eunice Ln. to vacate the East 1.5 feet of a platted 30-foot Drainage Easement, lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6, Brookhill Terrace, as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida, and pass Ordinance 9304-19 on first reading. The property owner at 1572 Eunice Ln., Clearwater, has requested that the City vacate 1.5 feet of a platted 30-foot Drainage Easement along the rear of their property. The pool deck was constructed approximately 1 foot into the easement. The purpose of this vacation will be to allow the homeowner’s pool deck and screen enclosure to not encumber into a portion of the easement. There are no utilities present within this easement. Staff has reviewed this vacation and has no objection. Draft City Council Meeting Minutes August 14, 2019 Page 5 City of Clearwater Councilmember Allbritton moved to approve the request from the owner of property addressed as 1572 Eunice Ln. to vacate the East 1.5 feet of a platted 30-foot Drainage Easement, lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6, Brookhill Terrace, as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida. The motion was duly seconded and carried unanimously. Ordinance 9304-19 was presented and read by title only. Councilmember Polglaze moved to pass Ordinance 9304-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.2 Approve the request from City of Clearwater to vacate the North portion of the 50 foot right-of-way of Meadow Lark Lane (also known as Meadowlark Lane) in Revised Map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying South of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet South of the East/West Centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot-wide portion previously vacated as recorded in Official Records Book 19332, Page 1499 of the Public Records of Pinellas County, Florida, and pass Ordinance 9306-19 on first reading. City staff recommends the vacation of the right-of-way. Said right-of-way is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated. Vice Mayor Cundiff moved to approve the request from City of Clearwater to vacate the North portion of the 50 foot right-of-way of Meadow Lark Lane (also known as Meadowlark Lane) in Revised Map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying South of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet South of the East/West Centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot-wide portion previously vacated as recorded in Official Records Book 19332, Page 1499 of the Public Records of Pinellas County, Florida. The motion was duly seconded and carried unanimously. Draft City Council Meeting Minutes August 14, 2019 Page 6 City of Clearwater Ordinance 9306-19 was presented and read by title only. Councilmember Hamilton moved to pass Ordinance 9306-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.3 Declare surplus for the purpose of sale, through Request for Proposals 48-19, real property located at the northwest corner of Grant Street and North Martin Luther King, Jr. Blvd., legally described as Lots 6, 7 and 8, Block B, First Addition to Norwood, according to the map or plat thereof as recorded in Plat Book 5, Page 79 of the Public Records of Pinellas County, Florida and real property located at 1415 Taft Avenue, legally described as Lot 16, Block 1 Lincoln Place Addition to Clearwater Florida according to the plat thereof, as recorded in Plat Book 3, Page 17, of the Public Records of Pinellas County, Florida whereby the successful proposal meets the terms set by Council. (APH) The properties are currently vacant and are identified by Resolutions 19-10 and 17-38, respectively, as city-owned property appropriate for use as affordable housing. The larger tract is 15,750 square feet and lies on the northwest corner of N. Martin Luther King, Jr. Boulevard and Grant Street. This property was acquired through foreclosure earlier this year. The City originally acquired the land in 1999 with Community Development Block Grant (CDBG) funds made available by the United States Department of Housing and Urban Development (HUD). In 2006, the City transferred the property and held a mortgage for the purchase amount. The mortgage fell into default status and City Council authorized foreclosure action in 2018. The smaller, individual parcel is 3,526 square feet and is located on the southeast corner of Grant Street and Taft Avenue. This parcel was acquired in 2001 at no cost through escheatment due to non-payment of taxes. With council approval, staff will issue Request for Proposals 48-19 (RFP) to attract developers interested in the site to construct a multi-family affordable housing project. Allowable densities provide for up to four units; however additional, privately owned lands may be available to contribute to the project. The RFP will allow a project for rental or homeownership or a combination thereof. Qualifying tenants or homeowners must have household incomes of not more than 80% of Area Median Income as determined by HUD. A recent staff appraisal valued the larger tract at $72,500 and the smaller, individual parcel at $24,900. According to Section 2.01(d)(5)(i) of the Clearwater City Charter, the City Council may approve the donation or sale for less than fair market value of city-owned property of not more than one-half acre in size for workforce or affordable housing following a public hearing. According Draft City Council Meeting Minutes August 14, 2019 Page 7 City of Clearwater to the Pinellas County Property Appraiser, the total combined area of the property is 0.44 acres (19,276 square feet). The RFP stipulates that the property will be transferred at no cost and additional funds may be available to assist with construction costs if the successful respondent is able to show that additional subsidy is necessary. If additional funds are needed, they may be made available from one or more of the following sources: CDBG, HOME Investment Partnership Program, State Housing Initiatives Partnership Program and Pinellas County Housing Trust Fund. This project will not impact the city’s general fund. Proposals received in response to the RFP will be evaluated by the following criteria: project history and project team, financial capacity, ability to place homeowners/tenants, development proposal and financial proposal. In response to a question, Economic Development and Housing Assistant Director Chuck Lane said the site has density for a multi-family project. Councilmember Allbritton moved to declare surplus for the purpose of sale, through Request for Proposals 48-19, real property located at the northwest corner of Grant Street and North Martin Luther King, Jr. Blvd., legally described as Lots 6, 7 and 8, Block B, First Addition to Norwood, according to the map or plat thereof as recorded in Plat Book 5, Page 79 of the Public Records of Pinellas County, Florida and real property located at 1415 Taft Avenue, legally described as Lot 16, Block 1 Lincoln Place Addition to Clearwater Florida according to the plat thereof, as recorded in Plat Book 3, Page 17, of the Public Records of Pinellas County, Florida whereby the successful proposal meets the terms set by Council. The motion was duly seconded and carried unanimously. 9. City Manager Reports 9.1 Amend Appendix A, Clearwater Code of Ordinances, Schedule of Fees, Rates and Charges, Section XXIV, Public Works Fees, Rates and Charges (3)(c ) Solid Waste collection rates; (3)(d) Recycling rates; and (5)(b) Solid Waste Roll-Off Container and Receptacle service; to increase specific collection fees for Solid Waste and Recycling for the fiscal years 2020 through 2024, and pass Ordinance 9307-19 on first reading. Earlier this year Stantec Consulting Services Inc. of Tampa, FL performed a rate sufficiency analysis on the City’s Solid Waste and Recycling Utility Enterprise Fund. Stantec conducted similar studies during 2014 and 2017. The objectives for this study included evaluation of the utility’s current rates and identifying a new multi-year plan of increases that provides sufficient revenues to fund operations and maintenance costs, capital improvement costs, Draft City Council Meeting Minutes August 14, 2019 Page 8 City of Clearwater adjustments to scenarios evaluated in prior studies related to timing and costs, and to ensure adequate operating reserves over the entire five-year planning period (Fiscal Year 2020 - Fiscal Year 2024) and ten-year projection period (Fiscal Year 2025 - Fiscal Year 2029). Staff provided historical and budgeted financial information for the utility, assumptions regarding growth, interest earning rates, and policies affecting the utility to Stantec for the study. Based on Stantec’s study and analysis of rate increase scenarios discussed with staff, it is recommended that fees for Solid Waste and Recycling be increased by 3.75% for the fiscal years 2020 through 2024. Residential solid waste and recycling rates will increase as follows: Current Rate 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 Solid Waste $28.80 $29.88 $31.00 $32.16 $33.37 $34.62 Recycling $ 2.92 $ 3.03 $ 3.14 $ 3.26 $ 3.38 $ 3.51 Total $31.72 $32.91 $34.14 $35.42 $36.75 $38.13 Appendix A of the Code of Ordinances currently contains a listing of various residential, commercial and roll-off collection fees for Solid Waste and Recycling. Therefore, staff is recommending that the Appendix A of the Code of Ordinances be amended to increase rates in accordance with the attached rate study prepared by Stantec. Stantec Consultant Leticia Doohaluk provided a PowerPoint presentation. In response to questions, Controller Dave Powers said Pinellas County's solid waste service is increasing by 6%; Pinellas County has not increased their rates in over 20 years. The rate increase has been approved for the next three years, totaling $39.75 per ton. Ms. Doohaluk said the analysis updates would provide guidance on the rate status. The City's operation and maintenance costs are consistently increasing due to inflation, requiring a certain level of revenues to sustain costs. Mr. Powers said funding for the new transfer station had been set aside in a capital improvement project; the project is on time and within budget. He said $16 million from the solid waste reserve fund was used for the new transfer station. Ms. Doohaluk said the City of St. Petersburg is considering a 5.25% rate increase for Fiscal Year 2020, with Gulfport at 6% and Dunedin at 2%. The Pinellas County solid waste fee is approximately 20% of the City's solid waste budget. She said the projected revenues and expenses are right on top of each other and not adding to the fund balance. Solid Waste and General Services Director Earl Gloster said Clearwater's solid waste services include once-a-week garbage, recycling, bulk items and yard waste collection. The City collects the bulk items at no charge. On the last Wednesday of Each month, residents may bring their unwanted electronics to the Solid Draft City Council Meeting Minutes August 14, 2019 Page 9 City of Clearwater Waste Complex at no charge. Vice Mayor Cundiff moved to amend Appendix A, Clearwater Code of Ordinances, Schedule of Fees, Rates and Charges, Section XXIV, Public Works Fees, Rates and Charges (3)(c) Solid Waste collection rates; (3)(d) Recycling rates; and (5)(b) Solid Waste Roll-Off Container and Receptacle service; to increase specific collection fees for Solid Waste and Recycling for the fiscal years 2020 through 2024. The motion was duly seconded and carried unanimously. Ordinance 9307-19 was presented and read by title only. Councilmember Hamilton moved to pass Ordinance 9307-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.2 Approve a decrease of residential and commercial Stormwater Utility rates by 8.5% per Equivalent Residential Unit (ERU) beginning October 1, 2019 and increases of residential and commercial Stormwater Utility rates by 0.5% ERU beginning October 1, 2020 and October 1, 2021; and pass Ordinance 9305-19 on first reading. Council adopted five years of Stormwater rate increases in August 2017 at a rate of 0.5% per year for fiscal years 2018 through 2022. Per this agenda item, staff is recommending a revision of the remaining three years, fiscal years 2020 through 2022. Stantec Consulting Services’ (SCS) 2017 revenue sufficiency and financial forecast analysis showed that an increase of 0.5% was needed for fiscal year 2020 ($14.72). Due to project management and operating savings, SCS 2019 revenue sufficiency analysis shows Fiscal Year (FY) 2020 can be reduced to $13.40, an 8.5% decrease instead of a 0.5% increase as approved in 2017, with additional 0.5% increases needed for FY2021 ($13.47) and FY2022 ($13.54). Per Stantec’s analysis, additional 0.5% increases would be required for the remaining seven years of the ten-year rate study forecast. An equivalent alternative for council consideration is the same 8.5% decrease for FY2020 ($13.40), followed by 0.0% increases for FY2021 and FY2022. Per Stantec’s review, additional 1.0% increases would be required for the remaining seven years of the ten-year rate study forecast under this option. Since the 2017 rate increases were passed, several significant flood control and water quality projects have been completed, or are underway, including Mango Outfall, Magnolia Outfall, East Gateway, Hillcrest Bypass and Druid Rd/Allens Creek Storm System. Draft City Council Meeting Minutes August 14, 2019 Page 10 City of Clearwater Individual projects have previously been approved or will be presented to Council for future approval. Councilmember Allbritton moved to approve a decrease of residential and commercial Stormwater Utility rates by 8.5% per Equivalent Residential Unit (ERU) beginning October 1, 2019 and increases of residential and commercial Stormwater Utility rates by 0.5% ERU beginning October 1, 2020 and October 1, 2021. The motion was duly seconded and carried unanimously. Ordinance 9305-19 was presented and read by title only. Councilmember Polglaze moved to pass Ordinance 9305-19 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.3 Accept a Water Line Easement from FDC Clearwater SPE, LLC for the construction, installation and maintenance of city water lines on real property located at 1551 Flournoy Circle W., Clearwater and adopt Resolution 19-24. The water line easement grants the City rights to operate and maintain water line facilities within the easement area. The City Engineering Department recommends acceptance of the easement. Vice Mayor Cundiff moved to accept a Water Line Easement from FDC Clearwater SPE, LLC for the construction, installation and maintenance of city water lines on real property located at 1551 Flournoy Circle W., Clearwater. The motion was duly seconded and carried unanimously. Resolution 19-24 was presented and read by title only. Councilmember Hamilton moved to adopt Resolution 19-24. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.4 Accept an Access Easement from Drs. Kiran and Pallavi Patel 2017 Foundation for Global Understanding, Inc., for vehicular and pedestrian access rights across the easement premises to the adjacent city owned property otherwise known as Coopers Point and adopt Resolution 19-25. Draft City Council Meeting Minutes August 14, 2019 Page 11 City of Clearwater The property owner of Nova Southeastern University requested the City vacate Damascus Rd. right-of-way on the Applicant’s property. As a condition of Ordinance 9202-18, the Applicant was required to grant an alternate Access Easement to the City. Staff recommends acceptance of the access easement. Councilmember Allbritton moved to accept an Access Easement from Drs. Kiran and Pallavi Patel 2017 Foundation for Global Understanding, Inc., for vehicular and pedestrian access rights across the easement premises to the adjacent city owned property otherwise known as Coopers Point. The motion was duly seconded and carried unanimously. Resolution 19-25 was presented and read by title only. Councilmember Polglaze moved to adopt Resolution 19-25. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9.5 Approve a recommendation by the Public Art & Design Board for the commission of a public art installation for the Morningside Recreation Complex located at 2400 Harn Boulevard, as designed by Guy Kemper for a total cost of $36,052.50; and authorize the appropriate officials to execute same. (consent). The theme and scope of this project was determined with input from the project construction team, Public Art & Design Board, Parks & Recreation Department, Morningside and Morningside Meadows Homeowners Associations. The project intent is to commission public artwork that serves as an artistic enhancement to the main entrance and central atrium at the Morningside Recreation Complex. The Public Art & Design Board appointed a five-member Selection Panel comprised of individuals representing specified interests and expertise: Karen Cunningham (Chair), Public Art & Design Board Representative Spencer Cook, President, Morningside Meadows Homeowners Association Norene Marlow, President, Morningside Homeowners Association Regina Novak, Parks & Recreation Department Judith Powers, artistic representative The Selection Panel met to review all applicant credentials and articles and selected artist Guy Kemper as his vibrantly colored artwork best fit the theme Draft City Council Meeting Minutes August 14, 2019 Page 12 City of Clearwater and artistic desires of the project and stakeholders. It was later found that Mr. Kemper’s artwork was not possible due to conflicts with construction. The Selection Panel met with Mr. Kemper in January 2019 to discuss a new configuration for the artwork and determined that a mosaic piece would fit within the construction constraints. Mr. Kemper submitted a new design proposal and on June 13, 2019 the Public Art & Design Board unanimously approved the design and the recommendation to commission Mr. Kemper. This item supports the City’s Strategic Vision by providing public art for citizens and visitors and represents the City’s ongoing commitment to the commission of public artwork, making the City a better place to live, learn, work, visit and play. The Board is recommending that the City Council approve the commission of this artist’s proposal of public artwork. APPROPRIATION CODE AND AMOUNT: Capital Project Funds are available in capital improvement project 315-93251, Morningside Recreation Center Replacement, to fund this contract. In response to questions, Cultural Affairs Coordinator Christopher Hubbard said the Morningside Neighborhood Association opted for an internal site that best protects the artwork from vandalism. The Association also felt that exterior of the building was artwork in itself and did not want to disrupt the facade and design with an exterior art piece. He will work with Parks and Recreation to remove the obscuring lighting and replace it with lighting that will highlight the artwork, while lighting the lobby. He said some of the City's outdoor public art pieces have had minor vandalism that have been restored. It is common for outdoor art pieces to be vandalized. The City Manager said staff requested the community advise Council regarding their opinion on the public art piece so that Council was aware of the community feedback. Mr. Hubbard said the public art at the new Countryside Library is the terrazzo floor at the entrance. The Countryside Fire Station does not have a public art piece because the Department donated to the discretionary fund in lieu of installing public art. The discretionary fund allows funds to be used for approved public art projects throughout the city initiated by the City. Funds for the public art at Morningside could have been pulled to another city project; the public art master plan instructs the public art program to incorporate artwork into the design and the facilities of the building whenever possible. He said the intent of the master plan is to avoid plop art, which is art added to a facility afterwards and looks like a bandaid. Many times the artwork added to the building does not have a Draft City Council Meeting Minutes August 14, 2019 Page 13 City of Clearwater conversation with the building or reflect the design of the use of the facility. One individual spoke in opposition. In response to questions, Mr. Hubbard said the selection panel identifies locations suited for public art. In some locations, the panel may identify an interior location is best, such the Fire Station on Court Street. Of the 21 public art pieces, 18 pieces are located externally and three are placed internally. The Morningside public art piece was originally commissioned for an external location but when it determined that the window tinting would negative impact the colors of the original art piece, the artist looked for an internal location with the selection panel. Staff was directed to provide Council with list of all commissioned public art pieces. Discussion ensued with comments made that public art should be visible to the public and should be located externally when possible and that public buildings are public outside and inside. It was stated that the artwork was originally commissioned to be outdoors and other alternatives could have been considered. Vice Mayor Cundiff moved to approve a recommendation by the Public Art & Design Board for the commission of a public art installation for the Morningside Recreation Complex located at 2400 Harn Boulevard, as designed by Guy Kemper for a total cost of $36,052.50; and authorize the appropriate officials to execute same. The motion was duly seconded and carried with the following vote: Ayes: 4 - Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Nays: 1 - Mayor Cretekos 10. City Attorney Reports 10.1 Approve changes to City Council Rule 6 Order of Business and Rule 15 Rules of Conduct and adopt Resolution 19-27. Staff is recommending changes to the Council Rules to address citizen conduct and maintain meeting order. Florida Law authorizes Council to make rules regarding the conduct of city meetings including requiring citizens who wish to be heard to fill out a comment card prior to speaking. Therefore, Draft City Council Meeting Minutes August 14, 2019 Page 14 City of Clearwater Council has the authority to deny any citizen who refuses to fill out a comment card the privilege of speaking, and further to be removed from the meeting if they continue to disrupt the proceedings. Specifically, staff recommends adding clarifying language to the Order of Business to indicate that comment cards must be filled out prior to speaking, and that the microphone may be turned off after a speaker’s three minutes is up. The suggested changes follow, in bold/underline: ORDER OF BUSINESS E. Citizens to be heard regarding items not on agenda. Each person who wishes to address the Council shall complete a comment card and submit the card to the City Clerk (right-hand side of dais) before the speaker will be permitted to speak (if the speaker has just arrived or decided to speak, the Chair may allow the card to be filled out after speaking). Individuals will limit their comments to a maximum of three minutes. The speaker’s microphone may be turned off after that time. Furthermore, it is recommended to change the Rules of Conduct to identify behavior which disrupts the meeting, as opposed to the disruptive content of speech. Speech on matters of public concern, especially made in a setting generally open to speakers, is entitled to special protection under the First Amendment.” In order to balance citizens’ freedom of speech with Council’s right to maintain order and decorum, the following changes are suggested, in bold/underline: RULES OF CONDUCT At all times, the Council, staff and public shall conduct themselves in a respectful and civil manner. The Chair shall rule out of order any person whose actions, in the Chair’s determination, disrupts the meeting. Examples of disruptive actions include, but are not limited to: 1) repeatedly interrupting a speaker or Council member when not recognized; 2) shouting and talking in a manner that prevents a speaker or Council member from being heard or that otherwise hinders the progress of the meeting; 3) refusing to leave the podium once the allotted time to speak has expired; 4) blocking paths for emergency exit from the meeting room, engaging in any conduct that prevents a member of the audience from seeing or hearing Council members during a meeting, standing on chairs or tables within the meeting room; 5) exhibition of signs or graphic displays of any kind, except in connection with a presentation made to the Council by a speaker at the podium; 6) approaching the dais without permission; 7) threats of violence; or 8) engaging in conduct that is a criminal offense. is making obscene, profane, impertinent, irrelevant, immaterial, inflammatory statements or inciting violence or fighting. The Draft City Council Meeting Minutes August 14, 2019 Page 15 City of Clearwater determination of the Chair or a majority of the Council shall be final on such matters. No member of the audience shall, during a Council Meeting, make or cause to be made any audible or disruptive sound or noise. Signs or graphic displays of any kind shall not be displayed in Council chambers, except in connection with a presentation made to the Council by a speaker at the podium. All persons shall at all times conduct themselves in accordance with these rules and failing such shall be removed from the Council Chambers. In the event of such removal such person shall not thereafter be readmitted to the Council Chambers during the same meeting. The Chair may recess the meeting, if deemed necessary, in order to restore order. One individual spoke in opposition. In response to a comment, the City Attorney said Florida law does not require Council to allow citizens to be heard regarding items not on the agenda. Florida Statutes allows Council to adopt rules for orderly conduct of the meetings, allowing the adoption of procedures or forms for individuals to use in order to inform the board or commission of a desire to be heard. She said she believed the council rules, as drafted, are constitutional. Many jurisdictions have the same requirement; Clearwater was a late adopter. Council adopted the rule two years ago. Councilmember Polglaze moved to approve changes to City Council Rule 6 Order of Business and Rule 15 Rules of Conduct. The motion was duly seconded and carried unanimously. Resolution 19-27 was presented and read by title only. Councilmember Hamilton moved to adopt Resolution 19-27. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 11. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Polglaze said he was recently in Philadelphia and on the nightstand of the hotel room was a pamphlet regarding solar energy; Philadelphia has an energy commission that urges people to join the movement of solar panels and wished people would rise up and make an effort for solar energy to be allowed everywhere. Burning fossil fuels is not sustainable. Solar energy is the wave of the future. Draft City Council Meeting Minutes August 14, 2019 Page 16 City of Clearwater Councilmember Hamilton said he may not be at the special budget meeting due to a family issue. Councilmember Allbritton said he would not be at the next worksession. He is happy the city has a sustainability coordinator; it is important for Clearwater to move back into the green program. 12. Closing Comments by Mayor Mayor Cretekos reviewed recent and upcoming events. 13. Adjourn The meeting adjourned at 7:24 p.m. Mayor City of Clearwater Attest City Clerk Draft Yahoo Mail'- 2080 Pointsetta Ave - Quanitity of Sewer Lateral Co... 1 of 1 https://mail.yahoo.com/d/folders/l/messages/AGgRwRTIfccX. 2080 Pointsetta Ave - Quanitity of Sewer Lateral Connections From: Nguyen, Duy (Duy.Nguyen@MyCiearwater.com) To: marcelmohseni@yahoo.com Date: Wednesday, September 4, 2019, 11:23 AM EDT Hi Marcel, As discussed, I looked into the quantity of sewer lateral connections for the property of 2080 Poinsetta Ave which is located directly south of and adjacent to 1309 Union St. According to the as -built survey for City project 10 -0034 -UT Idlewild and the Mall Sanitary Sewer System and Woodlawn Stormwater Improvements, it appears that there is one sewer lateral connection for 2080 Poinsetta Ave. Please contact me if there's anything else I can do to assist. Thanks, Duy Nguyen, El Engineering Specialist I 100 S Myrtle Ave, Clearwater, Florida 33756 Office: (727) 562-4591 1 Cell: (727) 309-7376 C _E A R /AT R VOW ANO &ALI i ,r.•MTTq Mai. 9/5/7019 4 PA Citizen Comment Card Name: /5/ 17/ 1,` "QCV t Address: _ / J .1/ 57 - City cJ\A„ Zip: r -67 Telephone Number: 72 7-.7/Z)--.6.6 01491,41)67-40104.6-e,c Speaking under citizens to be rd re items not on the agenda? Email Address: Agenda item(s) to which you wish to speak: What is your position on the item? For Against Citizen Comment Card Name: Address: 1. z At'-- e/ 666Ke < Zip: City: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda: Agenda item(s) to which you wish to speak. What is your position on the item? For, Against Citizen Comment Card Name: Oh c J 11 Nada UenrrQifhc j Address: 0,C3 1) (9' (% City: ( 1) U Zip: 337S' Telephone NumberA-NDW — 5)E Email Address: CI9m .Cf9r171 Speaking under citizens to be heard re items not on the agenda? g Agenda item(s) to which you wish to speak. 14k,hrinu l erWtii {'tf" ex' ,1 Sha Vi sit- Gdavt,k at - What is your position on the item? For / Against Name: Citizen Comment Card 1)/14-R CfL., ;#16 Address: 30 7 0 U) t) 1A1 City: L1,1/ Zip: Telephone Number: 7 7 7 - Z (-) Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9322-19 Agenda Date: 9/5/2019 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Set final millage rate of 5.9550 mills for fiscal year 2019/20 against non-exempt real and personal property within the City of Clearwater and pass Ordinance 9322-19 on first reading. SUMMARY: In accordance with Chapter 200 of the Florida Statutes, which defines requirements for the Determination of Millage and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt a final millage rate for the new fiscal year. The adoption of this ordinance to establish the millage rate and the two related budget ordinances are an integral part of fulfilling these requirements. The City Council set a tentative millage rate of 5.9550 mills on July 18, 2019, which is the rate that appeared on the TRIM bill notices mailed to taxpayers in August. The millage rate of 5.9550 mills represents a 6.01% increase from the rolled back rate of 5.6176 mills. Ordinance 9322-19 is presented in order to adopt the millage rate of 5.9550 mills to support the operating and capital improvement budgets for the 2019/20 fiscal year. Page 1 City of Clearwater Printed on 9/5/2019 |1CITY OF CLEARWATER PRELIMINARY ANNUAL OPERATING & CAPITAL IMPROVEMENT BUDGETS myclearwater.com Fiscal Year 2019/20 |2CITY OF CLEARWATER Total Budget (All City Operations) Amended FY 2018/19 Proposed FY 2019/20 % Inc/(Dec) $547,075,597 $542,194,290 (1%) |3CITY OF CLEARWATER All Funds Fund Amended FY 2018/19 FY 2019/20 Increase/ (Decrease) General Fund $ 150,891,885 151,993,200 1% Utility Funds 195,525,135 197,090,120 1% Enterprise Funds 11,627,611 12,205,670 5% Internal Service Funds 65,503,232 65,300,610 0% Special Revenue Funds 20,547,950 20,476,520 0% Capital Fund 102,979,784 95,128,170 (8%) |4CITY OF CLEARWATER $0 $3 $6 $9 $12 $11.2 $10.2 $7.9 $7.5 $8.2 $9.4 $10.2 $11.2 $11.9 Property Values |5CITY OF CLEARWATER Millage Rate Current Millage Rate 5.9550 mills Proposed Millage Rate 5.9550 mills (6.01% greater than rolled-back rate) Rolled Back Rate 5.6176 mills |6CITY OF CLEARWATER $0 $10 $20 $30 $40 $50 $60 $70 $46.2 $39.1 $37.2 $40.7 $46.5 $50.4 $63.8 $68.2 Ad Valorem Tax Revenues Million |7CITY OF CLEARWATER General Fund Revenues Source Amended FY 18/19 FY 19/20 Inc/(Dec) Ad Valorem Tax $ 60,858,200 $ 64,911,420 7% Utility Taxes 15,188,200 15,575,000 3% Other Taxes 6,649,400 6,614,400 (1%) Franchise Fees 9,748,000 10,010,000 3% Intergovernmental 23,285,629 23,499,780 1% Charges for Service 15,290,960 15,569,430 2% Transfers In 11,101,316 11,330,850 2% All Other Revenue 7,416,479 6,751,000 (9%) Transfer (to)/from Surplus 1,353,701 (2,268,680) TOTAL $ 150,891,885 $ 151,993,200 1% |8CITY OF CLEARWATER General Fund -By Department Police 29.5% Fire / EMS 19% Parks and Recreation 21%Library 5% Engineering 5.5% Planning and Development 4% Non-Departmental 7% Adm/Other 9% Public Safety 48.5% $152.0 Million |9CITY OF CLEARWATER General Fund -By Category Personnel 62% Operating 15% Internal Service 13% Interfund Transfers 9% Debt and Capital 1% $152.0 Million |10CITY OF CLEARWATER 1,846.5 1,708.4 1,685.5 1,709.7 1790.3 1,834.6 1,836.6 0 200 400 600 800 1,000 1,200 1,400 1,600 1,800 2,000 Full Time Equivalent Positions (All Funds) |11CITY OF CLEARWATER Capital Improvement Fund Utility Operations 59% General Government 29% Internal Service 11% Small Enterprise 1% $95.1 Million |12CITY OF CLEARWATER Homesteaded Property Save Our Homes Cap –1.9% 2018 2019 Increase Taxable Value $100,000 $101,900 $1,900 City Taxes $595.50 $606.81 $11.31 |13CITY OF CLEARWATER Where your property taxes go - 32% 30% 29% 9%School Board Pinellas County Clearwater Other Agencies |14CITY OF CLEARWATER Public Hearings Thursday, September 5 –6:00 p.m. Thursday, September 19 –6:00 p.m. |15CITY OF CLEARWATER PRELIMINARY ANNUAL OPERATING & CAPITAL IMPROVEMENT BUDGETS myclearwater.com Fiscal Year 2019/20 Ordinance No. 9322-19 MILLAGE ORDINANCE ORDINANCE NO. 9322-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, DECLARING THE MILLAGE RATE TO BE LEVIED FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2019, AND ENDING SEPTEMBER 30, 2020, FOR OPERATING PURPOSES INCLUDING THE FUNDING OF PENSIONS, DEBT SERVICE, AND ROAD MAINTENANCE FOR CAPITAL IMPROVEMENT EXPENDITURES AT 5.9550 MILLS; PROVIDING AN EFFECTIVE DATE. THE LEVY OF 5.9550 MILLS CONSTITUTES A 6.01% INCREASE FROM THE ROLLED BACK RATE OF 5.6176 MILLS. WHEREAS, the estimated revenue to be received by the City for the fiscal year beginning October 1, 2019, and ending September 30, 2020, from ad valorem taxes is $68,158,710; and WHEREAS, based upon the taxable value provided by the Pinellas County Property Appraiser, 5.9550 mills are necessary to generate $68,158,710; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. It is hereby determined that a tax of 5.9550 mills against the non-exempt real and personal property within the City is necessary to raise the sums to be appropriated for operation purposes, including pensions, debt service, and road capital improvement projects, for the fiscal year beginning October 1, 2019. Section 2. The levy of 5.9550 mills constitutes a 6.01% increase from the rolled back rate. Section 3. This ordinance shall take effect October 1, 2019. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ________________________________ George N. Cretekos Mayor Approved as to form: Attest: _____________________________ _________________________________ Pamela K. Akin Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9323-19 Agenda Date: 9/5/2019 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve the City of Clearwater Annual Operating Budget for the 2019/20 fiscal year and pass Ordinance 9323-19 on first reading. (APH) SUMMARY: In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt the budget. The adoption of this ordinance and the related ordinances adopting the 2019/20 millage rate and the Capital Improvement Budget are an integral part of fulfilling these requirements. On June 28, 2019, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2019/20 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 18, 2019, and at the August 22, 2019 Special Budget Council meeting for Council discussion and citizen input. Page 1 City of Clearwater Printed on 9/5/2019 Ordinance No. 9323-19 OPERATING BUDGET ORDINANCE ORDINANCE NO. 9323-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING AN OPERATING BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2019, AND ENDING SEPTEMBER 30, 2020; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE SERVICE PROGRAMS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONIES AND PROGRAMS AMONG THE DEPARTMENTS AND ACTIVITIES WITHIN ANY FUND AS PROVIDED BY CHAPTER 2 OF THE CLEARWATER CODE OF ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted an estimate of the expenditures necessary to carry on the City government for the fiscal year beginning October 1, 2019, and ending September 30, 2020; and WHEREAS, an estimate of the revenues to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the operating budget, and notice of the times and places where copies of the budget message and operating budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing in City Hall on September 5, 2019, upon said budget and tax levy; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Pursuant to the City Manager's Annual Budget Report for the fiscal year beginning October 1, 2019, and ending September 30, 2020, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the operation of the City, a copy of which is attached as Exhibit A, and a summary of which is attached as Exhibit B. Section 2. The budget as adopted shall stand and be the budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 3. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the service programs authorized by the adoption of this budget. Ordinance No. 9323-19 Section 4. The City Manager is authorized for reasons of economy or efficiency to transfer part or all of any unencumbered appropriation balance among programs within an operating fund, provided such action does not result in the discontinuance of a program. Section 5. It is the intent of the City Council that this budget, including amendments thereto, is adopted to permit the legal appropriation and encumbering of funds for the purposes set forth in the budget. All appropriated and encumbered but unexpended funds at the end of the fiscal year may be expended during the subsequent fiscal year for the purposes for which they were appropriated and encumbered, and such expenditures shall be deemed to have been spent out of the current budget allocation. It shall not be necessary to reappropriate additional funds in the budget for the subsequent fiscal year to cover valid open encumbrances outstanding as of the end of the current fiscal year. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2019. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ______________________________ ________________________________ Pamela K. Akin Rosemarie Call City Attorney City Clerk Page 1 Special Special Other Housing Total General Development Program Assistance Trust Governmental GOVERNMENTAL FUNDS Fund Fund Fund Funds Funds Balances Brought Forward 25,747,732 6,756,191 14,945,269 3,210,531 50,659,723 Budgeted Revenues Ad Valorem Taxes 64,911,420 3,247,290 68,158,710 Utility Taxes 15,575,000 15,575,000 Local Option, Fuel & Other Taxes 6,614,400 13,279,230 19,893,630 Franchise Fees 10,010,000 10,010,000 Other Permits and Fees 2,739,000 2,739,000 Intergovernmental Revenue 23,499,780 764,040 645,980 24,909,800 Charges for Services 15,569,430 150,000 15,719,430 Judgments, Fines and Forfeits 1,264,000 1,264,000 Miscellaneous Revenues 2,748,000 550,000 100,000 3,398,000 Transfers In 11,330,850 431,840 11,762,690 Other Financing Sources TOTAL BUDGETED REVENUES 154,261,880 17,226,520 1,295,880 645,980 173,430,260 TOTAL REVENUES, TRANSFERS, AND BALANCES 180,009,612 23,982,711 16,241,149 3,856,511 224,089,983 Budgeted Expenditures City Council 391,040 391,040 City Manager's Office 1,212,580 1,212,580 City Attorney's Office 1,770,760 1,770,760 City Audit 226,000 226,000 CRA Administration 459,530 459,530 Economic Development and Housing 1,907,560 1,907,560 Engineering 8,330,520 8,330,520 Finance 2,747,190 2,747,190 Fire 28,532,540 28,532,540 Human Resources 1,575,860 1,575,860 Library 7,871,950 7,871,950 Non-Departmental 10,948,640 10,948,640 Official Records and Legislative Services 1,224,070 1,224,070 Parks and Recreation 31,807,990 31,807,990 Planning and Development 6,571,820 6,571,820 Police 44,832,880 30,000 44,862,880 Public Communications 1,192,620 1,192,620 Public Utilities 389,650 389,650 General Government Services 37,380 37,380 Economic Environment 516,960 551,380 1,068,340 Human Services 1,500 1,500 Culture and Recreation 349,730 349,730 Transfers Out 18,634,660 260,310 94,600 18,989,570 TOTAL BUDGETED EXPENDITURES 151,993,200 18,634,660 1,195,880 645,980 172,469,720 Fund Balances/Reserves/Net Assets 28,016,412 5,348,051 15,045,269 3,210,531 51,620,263 TOTAL EXPENDITURES AND BALANCES 180,009,612 23,982,711 16,241,149 3,856,511 224,089,983 EXHIBIT A CITY OF CLEARWATER 2019-20 BUDGET Ordinance No. 9323-19 Page 2 Water Stormwater Solid Waste Total & Sewer Utility & Recycling Gas Utility UTILITY FUNDS Fund Fund Fund Fund Funds Balances Brought Forward 52,787,576 36,783,576 33,069,849 39,229,748 161,870,749 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees 1,400 1,400 Intergovernmental Revenue Charges for Services 90,630,120 16,928,900 26,009,000 47,045,630 180,613,650 Judgments, Fines and Forfeits 271,000 73,000 98,000 132,000 574,000 Miscellaneous Revenues 1,740,000 760,000 812,000 584,500 3,896,500 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 92,641,120 17,761,900 26,920,400 47,762,130 185,085,550 TOTAL REVENUES, TRANSFERS, AND BALANCES 145,428,696 54,545,476 59,990,249 86,991,878 346,956,299 Budgeted Expenditures Water & Sewer Fund Public Utilities Administration 1,665,960 1,665,960 Wastewater Collection 16,189,040 16,189,040 Public Utilities Maintenance 9,116,670 9,116,670 WPC Plant Operations 30,107,300 30,107,300 WPC Laboratory Operations 1,642,830 1,642,830 WPC Industrial Pretreatment 939,740 939,740 Water Distribution 22,064,270 22,064,270 Water Supply 16,402,580 16,402,580 Reclaimed Water 2,778,750 2,778,750 Stormwater Fund Stormwater Management 16,642,460 16,642,460 Stormwater Maintenance 6,178,880 6,178,880 Solid Waste & Recycling Fund Administration 1,121,860 1,121,860 Solid Waste Collection 18,254,990 18,254,990 Solid Waste Transfer 2,278,360 2,278,360 Solid Waste Container Maintenance 941,510 941,510 Recycling Residential 1,426,960 1,426,960 Recycling Multi Family 496,640 496,640 Recycling Commercial 1,918,760 1,918,760 Gas Fund Administration and Supply 23,945,000 23,945,000 Pinellas Gas Operations 9,029,470 9,029,470 Pasco Gas Operations 6,681,510 6,681,510 Gas Marketing and Sales 7,266,580 7,266,580 TOTAL BUDGETED EXPENDITURES 100,907,140 22,821,340 26,439,080 46,922,560 197,090,120 Fund Balances/Reserves/Net Assets 44,521,556 31,724,136 33,551,169 40,069,318 149,866,179 TOTAL EXPENDITURES AND BALANCES 145,428,696 54,545,476 59,990,249 86,991,878 346,956,299 EXHIBIT A CITY OF CLEARWATER 2019-20 BUDGET Ordinance No. 9323-19 Page 3 Clearwater Total Harbor Other Airpark Marine Marine Parking Enterprise OTHER ENTERPRISE FUNDS Fund Fund Fund Fund Funds Balances Brought Forward 602,859 1,778,010 1,648,624 15,809,597 19,839,090 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue 4,500 4,500 Charges for Services 20,000 5,037,600 843,670 5,911,050 11,812,320 Judgments, Fines and Forfeits 3,000 800 700,090 703,890 Miscellaneous Revenues 322,680 119,300 41,350 325,000 808,330 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 342,680 5,164,400 885,820 6,936,140 13,329,040 TOTAL REVENUES, TRANSFERS, AND BALANCES 945,539 6,942,410 2,534,444 22,745,737 33,168,130 Budgeted Expenditures Airpark Fund Airpark Operations 280,690 280,690 Marine Fund Marina Operations 5,058,860 5,058,860 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 821,500 821,500 Parking Fund Parking System 4,287,810 4,287,810 Parking Enforcement 700,090 700,090 Beach Guard Operations 980,200 980,200 Seminole Street Boat Ramp 76,520 76,520 TOTAL BUDGETED EXPENDITURES 280,690 5,058,860 821,500 6,044,620 12,205,670 Fund Balances/Reserves/Net Assets 664,849 1,883,550 1,712,944 16,701,117 20,962,460 TOTAL EXPENDITURES AND BALANCES 945,539 6,942,410 2,534,444 22,745,737 33,168,130 EXHIBIT A CITY OF CLEARWATER 2019-20 BUDGET Ordinance No. 9323-19 Page 4 Administrative General Central Service Service Garage Insurance INTERNAL SERVICE FUNDS Fund Fund Fund Fund Total Balances Brought Forward 6,919,223 6,213,864 9,621,392 36,898,213 59,652,692 Budgeted Revenues Ad Valorem Taxes Utility Taxes Local Option, Fuel & Other Taxes Franchise Fees Other Permits and Fees Intergovernmental Revenue Charges for Services 12,816,930 6,060,250 19,558,770 25,409,300 63,845,250 Judgments, Fines and Forfeits Miscellaneous Revenues 180,000 175,000 1,106,000 800,000 2,261,000 Transfers In Other Financing Sources TOTAL BUDGETED REVENUES 12,996,930 6,235,250 20,664,770 26,209,300 66,106,250 TOTAL REVENUES, TRANSFERS, AND BALANCES 19,916,153 12,449,114 30,286,162 63,107,513 125,758,942 Budgeted Expenditures Administrative Services Fund Information Technology/Administration 413,090 413,090 Network Services 4,184,050 4,184,050 Software Applications 3,274,240 3,274,240 Telecommunications 915,440 915,440 Courier 193,160 193,160 Utility Customer Service 3,785,780 3,785,780 General Services Fund Administration 405,590 405,590 Building and Maintenance 5,750,360 5,750,360 Garage Fund Fleet Maintenance 18,490,280 18,490,280 Radio Communications 2,298,520 2,298,520 Central Insurance Fund Risk Management 432,850 432,850 Employee Benefits 401,490 401,490 Employee Health Center 1,703,020 1,703,020 Non-Departmental 23,052,740 23,052,740 TOTAL BUDGETED EXPENDITURES 12,765,760 6,155,950 20,788,800 25,590,100 65,300,610 Fund Balances/Reserves/Net Assets 7,150,393 6,293,164 9,497,362 37,517,413 60,458,332 TOTAL EXPENDITURES AND BALANCES 19,916,153 12,449,114 30,286,162 63,107,513 125,758,942 EXHIBIT A CITY OF CLEARWATER 2019-20 BUDGET Ordinance No. 9323-19 Page 1 Total Total Total Total Other Internal Total Governmental Utility Enterprise Service All ALL FUNDS Funds Funds Funds Funds Funds Balances Brought Forward 50,659,723 161,870,749 19,839,090 59,652,692 292,022,254 Budgeted Revenues Ad Valorem Taxes 68,158,710 68,158,710 Utility Taxes 15,575,000 15,575,000 Local Option, Fuel & Other Taxes 19,893,630 19,893,630 Franchise Fees 10,010,000 10,010,000 Other Permits and Fees 2,739,000 1,400 2,740,400 Intergovernmental Revenue 24,909,800 4,500 24,914,300 Charges for Services 15,719,430 180,613,650 11,812,320 63,845,250 271,990,650 Judgments, Fines and Forfeits 1,264,000 574,000 703,890 2,541,890 Miscellaneous Revenues 3,398,000 3,896,500 808,330 2,261,000 10,363,830 Transfers In 11,762,690 11,762,690 Other Financing Sources TOTAL BUDGETED REVENUES 173,430,260 185,085,550 13,329,040 66,106,250 437,951,100 TOTAL REVENUES, TRANSFERS, AND BALANCES 224,089,983 346,956,299 33,168,130 125,758,942 729,973,354 Budgeted Expenditures City Council 391,040 391,040 City Manager's Office 1,212,580 1,212,580 City Attorney's Office 1,770,760 1,770,760 City Audit 226,000 226,000 CRA Administration 459,530 459,530 Economic Development and Housing 1,907,560 1,907,560 Engineering 8,330,520 8,330,520 Finance 2,747,190 2,747,190 Fire 28,532,540 28,532,540 Human Resources 1,575,860 1,575,860 Library 7,871,950 7,871,950 Non-Departmental 10,948,640 10,948,640 Official Records and Legislative Services 1,224,070 1,224,070 Parks and Recreation 31,807,990 31,807,990 Planning and Development 6,571,820 6,571,820 Police 44,862,880 44,862,880 Public Communications 1,192,620 1,192,620 Public Services 389,650 389,650 General Government Services 37,380 37,380 Economic Environment 1,068,340 1,068,340 Human Services 1,500 1,500 Culture and Recreation 349,730 349,730 Transfers Out 18,989,570 18,989,570 Water & Sewer Fund Expenditures Public Utilities Administration 1,665,960 1,665,960 Wastewater Collection 16,189,040 16,189,040 Public Utilities Maintenance 9,116,670 9,116,670 WPC Plant Operations 30,107,300 30,107,300 WPC Laboratory Operations 1,642,830 1,642,830 WPC Industrial Pretreatment 939,740 939,740 Water Distribution 22,064,270 22,064,270 Water Supply 16,402,580 16,402,580 Reclaimed Water 2,778,750 2,778,750 Stormwater Fund Stormwater Management 16,642,460 16,642,460 Stormwater Maintenance 6,178,880 6,178,880 EXHIBIT B CITY OF CLEARWATER 2019-20 BUDGET Ordinance No. 9323-19 Page 2 Total Total Total Total Other Internal Total Governmental Utility Enterprise Service All ALL FUNDS Funds Funds Funds Funds Funds Budgeted Expenditures Solid Waste & Recycling Fund Administration 1,121,860 1,121,860 Solid Waste Collection 18,254,990 18,254,990 Solid Waste Transfer 2,278,360 2,278,360 Solid Waste Container Maintenance 941,510 941,510 Recycling Residential 1,426,960 1,426,960 Recycling Multi Family 496,640 496,640 Recycling Commercial 1,918,760 1,918,760 Gas Fund Administration and Supply 23,945,000 23,945,000 Pinellas Gas Operations 9,029,470 9,029,470 Pasco Gas Operations 6,681,510 6,681,510 Gas Marketing and Sales 7,266,580 7,266,580 Recycling Fund Airpark Fund Airpark Operations 280,690 280,690 Marine Fund Marina Operations 5,058,860 5,058,860 Clearwater Harbor Marine Fund Clearwater Harbor Marina Operations 821,500 821,500 Parking Fund Parking System 4,287,810 4,287,810 Parking Enforcement 700,090 700,090 Beach Guard Operations 980,200 980,200 Seminole Street Boat Ramp 76,520 76,520 Administrative Services Fund Information Technology/Administration 413,090 413,090 Network Services 4,184,050 4,184,050 Software Applications 3,274,240 3,274,240 Telecommunications 915,440 915,440 Courier 193,160 193,160 Clearwater Customer Service 3,785,780 3,785,780 General Services Fund Administration 405,590 405,590 Building and Maintenance 5,750,360 5,750,360 Garage Fund Fleet Maintenance 18,490,280 18,490,280 Radio Communications 2,298,520 2,298,520 Central Insurance Fund Risk Management 432,850 432,850 Employee Benefits 401,490 401,490 Employee Health Center 1,703,020 1,703,020 Non-Departmental 23,052,740 23,052,740 TOTAL BUDGETED EXPENDITURES 172,469,720 197,090,120 12,205,670 65,300,610 447,066,120 Fund Balances/Reserves/Net Assets 51,620,263 149,866,179 20,962,460 60,458,332 282,907,234 TOTAL EXPENDITURES AND BALANCES 224,089,983 346,956,299 33,168,130 125,758,942 729,973,354 2019-20 BUDGET EXHIBIT B CITY OF CLEARWATER Ordinance No. 9323-19 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9324-19 Agenda Date: 9/5/2019 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Office of Management & Budget Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve the fiscal year 2019/20 Annual Capital Improvement Budget, establish a six-year plan for the Capital Improvement Program (CIP), and pass Ordinance 9324-19 on first reading. SUMMARY: In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearing to adopt the final budget. The adoption of this ordinance and the related ordinances adopting the 2019/20 millage rate and operating budget are an integral part of fulfilling these requirements. On June 28, 2019, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2019/20 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 18, 2019, and at the August 22, 2019 Special Budget Council meeting for Council discussion and citizen input. Page 1 City of Clearwater Printed on 9/5/2019 Ordinance No. 9324-19 CAPITAL IMPROVEMENT ORDINANCE ORDINANCE NO. 9324-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING THE CAPITAL IMPROVEMENT PROGRAM BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2019, AND ENDING SEPTEMBER 30, 2020; APPROVING THE SIX-YEAR CAPITAL IMPROVEMENT PROGRAM WHICH SHALL BE REEVALUATED AT THE BEGINNING OF EACH FISCAL YEAR; AUTHORIZING THE CITY MANAGER TO ISSUE SUCH INSTRUCTIONS THAT ARE NECESSARY TO ACHIEVE AND ACCOMPLISH THE CAPITAL IMPROVEMENTS SO AUTHORIZED; AUTHORIZING THE CITY MANAGER TO TRANSFER MONEY BETWEEN PROJECTS IN THE CAPITAL IMPROVEMENT PROGRAM; APPROPRIATING AVAILABLE AND ANTICIPATED RESOURCES FOR THE PROJECTS IDENTIFIED; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has submitted a proposed Six-Year Capital Improvement Program, and has submitted an estimate of the amount of money necessary to carry on said Capital Improvement Program for the fiscal year beginning October 1, 2019, and ending September 30, 2020; and WHEREAS, an estimate of the resources available and income to be received by the City during said period from ad valorem taxes and other sources has been submitted to the City Council; and WHEREAS, a general summary of the Capital Improvement Budget, and notice of the times and places when copies of the budget message and capital budget are available for inspection by the public, was published in a newspaper of general circulation; and WHEREAS, the City Council has examined and carefully considered the proposed budget; and WHEREAS, in accordance with Chapter 2 of the Clearwater Code of Ordinances, the City Council conducted a public hearing in the City Hall upon said proposed budget on September 5, 2019; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Pursuant to the Capital Improvement Program Report and Estimated Budget for the fiscal year beginning October 1, 2019, and ending September 30, 2020, a copy of which is on file with the City Clerk, the City Council hereby adopts a budget for the Ordinance No. 9324-19 capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. The Six-Year Capital Improvement Program and Budget, a summary of which is attached hereto, marked Exhibit B, is approved in its present form, but prior to the beginning of each fiscal year the City Council shall reevaluate priorities, hold public hearings and formally adopt additions or corrections thereto. Section 3. The budget as adopted shall stand and be the Capital Improvement Program Budget of the City for said fiscal year, subject to the authority of the City Council to amend or change the budget as provided by Section 2.519 of the Clearwater Code of Ordinances. Section 4. The City Manager is authorized and directed to issue such instructions and directives that are necessary to achieve and accomplish the capital improvements authorized by the adoption of this budget. Section 5. The City Manager is authorized to transfer appropriations within the capital budget, provided such transfer does not result in changing the scope of any project or the fund source included in the adopted capital budget. Section 6. Should any provision of this ordinance be declared by any court to be invalid, the same shall not affect the validity of the ordinance as a whole, or any provision thereof, other than the provision declared to be invalid. Section 7. This ordinance shall take effect October 1, 2019. PASSED ON FIRST READING AS AMENDED _____________________ PASSED ON SECOND READING _____________________ AND ADOPTED ________________________________ George N. Cretekos Mayor Approved as to form: Attest: _____________________________ ________________________________ Pamela K. Akin Rosemarie Call City Attorney City Clerk Budgeted Revenues GENERAL SOURCES:2019/20 General Operating Revenue 10,750,580 Penny for Pinellas 13,820,250 Road Millage 3,247,290 Local Option Fuel Tax 1,427,120 Other Governmental Revenue 2,747,740 Multi-Modal Impact Fees 140,000 Donations 50,000 SELF SUPPORTING FUNDS: Parking Revenue 774,000 Marine Revenue 355,000 Clearwater Harbor Marina Fund 140,000 Airpark Revenue 25,000 Utility System: Water Revenue 4,405,000 Sewer Revenue 22,261,750 Utility R & R 9,248,000 Water Impact Fees 298,070 Sewer Impact Fees 666,670 Stormwater Utility Revenue 6,179,400 Gas Revenue 7,000,000 Solid Waste Revenue 500,000 Recycling Revenue 100,000 INTERNAL SERVICE FUNDS: Garage Revenue 559,300 Administrative Services Revenue 825,000 General Services Fund 75,000 Central Insurance Fund 125,000 BORROWING - GENERAL SOURCES: Lease Purchase - General Fund 141,000 BORROWING - SELF SUPPORTING FUNDS: Lease Purchase - Water & Sewer 311,000 Lease Purchase - Gas 45,000 BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 8,321,000 Lease Purchase - Administrative Services 590,000 TOTAL ALL FUNDING SOURCES:$95,128,170 CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2019/20 Exhibit A Ordinance No. 9324-19 Budgeted Expenditures FUNCTION:2019/20 Police Protection 1,075,000 Fire Protection 2,141,000 Major Street and Sidewalk Maintenance 5,279,260 Intersections 315,400 Parking 724,000 Miscellaneous Engineering 8,091,500 Parks Development 6,484,000 Marine Facilities 1,005,000 Airpark Facilities 25,000 Libraries 193,080 Garage 9,022,300 Maintenance of Buildings 3,225,000 Miscellaneous 1,785,000 Stormwater Utility 6,179,400 Gas System 7,045,000 Solid Waste & Recycling 600,000 Utilities Miscellaneous 620,000 Sewer System 33,765,160 Water System 7,553,070 TOTAL PROJECT EXPENDITURES $95,128,170 Exhibit A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2019/20 Ordinance No. 9324-19 Function 2019/20 2020/21 2021/22 2022/23 2023/24 2024/25 Total Police Protection 1,075,000 12,575,000 75,000 75,000 75,000 13,875,000 Fire Protection 2,141,000 1,429,040 1,230,400 1,460,240 1,374,180 1,176,620 8,811,480 Major Street and Sidewalk Maintenance 5,279,260 4,596,470 4,696,810 4,800,160 4,906,610 5,050,170 29,329,480 Intersections 315,400 315,390 315,390 315,390 315,390 315,390 1,892,350 Parking 724,000 684,000 999,000 429,000 11,009,000 419,000 14,264,000 Miscellaneous Engineering 8,091,500 5,191,500 1,541,500 221,500 121,500 69,500 15,237,000 Parks Development 6,484,000 7,385,000 3,815,000 5,745,000 12,195,000 4,755,000 40,379,000 Marine Facilities 1,005,000 865,000 875,000 8,175,000 8,175,000 515,000 19,610,000 Airpark Facilities 25,000 25,000 125,000 6,035,000 3,061,600 25,000 9,296,600 Libraries 193,080 185,000 185,000 85,000 85,000 85,000 818,080 Garage 9,022,300 7,776,870 7,745,330 7,806,750 7,741,190 7,893,710 47,986,150 Maintenance of Buildings 3,225,000 2,590,000 1,940,000 1,840,000 1,815,000 1,790,000 13,200,000 General Public City Building 1,853,570 14,903,500 16,757,070 Miscellaneous 1,785,000 1,720,000 1,520,000 1,620,000 1,570,000 1,580,000 9,795,000 Stormwater Utility 6,179,400 6,063,100 6,500,640 6,958,020 5,590,710 10,078,780 41,370,650 Gas System 7,045,000 7,000,000 6,900,000 6,900,000 6,900,000 6,900,000 41,645,000 Solid Waste & Recycling 600,000 2,075,000 750,000 750,000 750,000 760,000 5,685,000 Utilities Miscellaneous 620,000 100,000 100,000 100,000 100,000 100,000 1,120,000 Sewer System 33,765,160 46,135,640 40,724,610 38,287,000 33,712,540 16,997,540 209,622,490 Water System 7,553,070 47,454,000 29,091,000 17,626,000 15,311,000 8,861,000 125,896,070 95,128,170 154,166,010 109,129,680 109,229,060 116,662,290 82,275,210 666,590,420 Exhibit B Schedule of Planned Expenditures CAPITAL IMPROVEMENT PROGRAM EXPENDITURE SUMMARY BY FUNCTION FY 2019-2020 THROUGH FY 2024-2025 CAPITAL IMPROVEMENT FUND CITY OF CLEARWATER Ordinance No. 9324-19 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6670 Agenda Date: 9/5/2019 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Office of Management & Budget Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Approve the recommended Penny for Pinellas project list, as revised for Fiscal Years 2019/20 through 2029/30. (APH) SUMMARY: On March 6, 1997, the City Council adopted Ordinance 6137-97. The ordinance established the requirement for a special hearing prior to adoption of the capital improvement budget to discuss the use of Penny for Pinellas tax, and at any time in which there is any proposed change to the Penny for Pinellas project funding of $500,000 or more. Changes to Penny for Pinellas projects that meet the criteria in the proposed 2019/20 capital improvement budget and six-year plan include the following: ·Aviation Operations Center - This project, which provides funding for a replacement of the airpark operations center, is being postponed from fiscal year 2019/20 to 2022/23. ·Fire Engines/Ladder Truck Replacement - The replacement schedule for fire ladder trucks is being changed to advance the planned replacement from fiscal year 2020/21 to 2019/20 and eliminate the replacement in fiscal year 2022/23 which is not needed due to life cycle of current ladder trucks. The funding for fire engine replacements are being changed to postpone fiscal year 2019/20 to 2020/21 and add an engine replacement in fiscal year 2022/23 reallocating funding from the ladder truck. This project in total is being reduced by $1,000,000 due to elimination of one ladder truck replacement. ·Police District III (Countryside Substation) - This project, which provides for construction of replacement patrol operations and training facilities at the Countryside Substation, is being increased by $6,000,000. ·Waterfront/Bluff Masterplan (Imagine Clearwater) - This project, which provides funding for the revitalization project for the downtown Clearwater waterfront and Coachman Park, is being increased by $6,500,000. ·Downtown Parking Garage - This project, budgeted at a total of $10,500,000 planned in fiscal years 2025/26 and 2026/27, is being eliminated from the Penny for Pinellas project list. Funding will instead be provided by Parking revenues, reallocating Penny for Pinellas revenues to fund other projects. ·Ed Wright Park Renovations / Neighborhood Parks Renovations - The remaining Penny III funding of $260,0000 in the Neighborhood Parks Renovations project is being Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6670 transferred to the Ed Wright Park Renovations project to provide additional funding needed to complete the park renovations. Page 2 City of Clearwater Printed on 9/5/2019 CITY OF CLEARWATER NOTICE OF PUBLIC HEARING PENNY FOR PINELLAS PROJECTS CITY COUNCIL MEETING Thursday, September 5, 2019 6:00 p.m. A public hearing will be held by the City of Clearwater, in City Council Chambers, Clearwater Main Library, 100 North Osceola Avenue, Clearwater, Florida, regarding the Penny for Pinellas project list for fiscal years 2019/20 through 2029/30 totaling $144,400,250 to fund capital projects under the Penny for Pinellas plan. Significant changes to the plan include: Aviation Operations Center – This project, which provides funding for a replacement of the airpark operations center, is being postponed from fiscal year 2019/20 to 2022/23. Fire Engines/Ladder Truck Replacement – The replacement schedule for fire ladder trucks is being changed to advance the planned replacement from fiscal year 2020/21 to 2019/20 and eliminate the replacement in fiscal year 2022/23 which is not needed due to life cycle of current ladder trucks. The funding for fire engine replacements are being changed to postpone fiscal year 2019/20 to 2020/21 and add an engine replacement in fiscal year 2022/23 reallocating funding from the ladder truck. This project in total is being reduced by $1,000,000 due to elimination of one ladder truck replacement. Police District III (Countryside Substation) – This project, which provides for construction of replacement patrol operations and training facilities at the Countryside Substation, is being increased by $6,000,000. Waterfront/Bluff Masterplan (Imagine Clearwater) – This project, which provides funding for the revitalization project for the downtown Clearwater waterfront and Coachman Park, is being increased by $6,500,000. Downtown Parking Garage – This project, budgeted at a total of $10,500,000 planned in fiscal years 2025/26 and 2026/27, is being eliminated from the Penny for Pinellas project list. Funding will instead be provided by Parking revenues, reallocating Penny for Pinellas revenues to fund other projects. Ed Wright Park Renovations / Neighborhood Parks Renovations – The remaining Penny III funding of $260,0000 in the Neighborhood Parks Renovations project is being transferred to the Ed Wright Park Renovations project to provide additional funding needed to complete the park renovations. Interested parties may appear and be heard at the hearing or file written notice of approval or objection with the City Clerk prior to the hearing. Any person who decides to appeal any decision made by the Council, with respect to any matter considered at such hearing, will need a record of the proceedings and, for such purpose, may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based per Florida Statute 286.0105. Rosemarie Call, CMC City of Clearwater City Clerk P.O. Box 4748, Clearwater, FL 33758-4748 A COPY OF THIS AD IN LARGE PRINT IS AVAILABLE IN THE CITY CLERK DEPARTMENT. ANY PERSON WITH A DISABILITY REQUIRING REASONABLE ACCOMMODATION IN ORDER TO PARTICIPATE IN THIS MEETING SHOULD CALL THE CITY CLERK DEPT WITH THEIR REQUEST AT (727) 562-4090. Penny for Pinellas - proposed changes for September 2019 public hearing Total Proposed Proposed Amended Total Projects Changes Projects 2019/20 2020/21 2021/22 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 2028/29 2029/30 Projected Beginning Balance:1,879,353 526,126 74,435 3,012,951 2,189,680 2,662,827 1,200,803 6,712,229 2,165,940 6,280,993 5,696,674 1,879,353 4,136,416 4,136,416 8,330,607 12,808,308 13,128,516 13,456,729 13,793,147 14,137,976 14,491,425 14,853,711 15,225,054 15,605,680 5,326,609 141,157,763 14,346,376 13,334,435 13,202,951 16,469,680 15,982,827 16,800,803 15,692,229 21,565,940 17,390,993 21,886,674 11,023,282 147,173,532 Penny III Approved Projects: Ruth Eckerd Hall 500,000 500,000 500,000 500,000 Police Vehicles 100,000 100,000 100,000 100,000 Police District III - 1,000,000 1,000,000 1,000,000 1,000,000 New AC System Chiller - PD and MSB 450,000 450,000 450,000 450,000 Aviation Operations Center 760,000 760,000 760,000 760,000 760,000 City-wide Seawall Replacement 150,000 150,000 150,000 150,000 Traffic Calming 170,000 170,000 170,000 170,000 Bridge Maintenance & Improvements 137,000 137,000 137,000 137,000 New Sidewalk Construction 473,250 473,250 473,250 473,250 Neighborhood Parks Renovations 260,000 (260,000) - 260,000 - 750,000 Ed Wright Park Renovations 490,000 260,000 750,000 450,000 750,000 Penny IV Approved Projects: Utilities Infrastructure 20,000,000 20,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 20,000,000 Sports Fields & Facilities Upgrades/Improvements 14,500,000 14,500,000 2,500,000 5,000,000 1,000,000 1,500,000 500,000 600,000 600,000 700,000 700,000 700,000 700,000 14,500,000 Waterfront/Bluff Masterplan (Imagine Clearwater)8,000,000 8,000,000 4,000,000 4,000,000 8,000,000 1,590,000 660,000 720,000 Fire Engines/Ladder Trucks 8,560,000 (1,000,000) 7,560,000 660,000 1,590,000 690,000 1,720,000 720,000 750,000 780,000 810,000 840,000 7,560,000 Police Vehicles 1,750,000 1,750,000 100,000 100,000 150,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 1,750,000 Public Safety Vehicle/Equipment Facility 1,500,000 1,500,000 1,500,000 1,500,000 Neighborhood and Community Parks Renovations 3,500,000 3,500,000 400,000 400,000 400,000 400,000 400,000 400,000 400,000 350,000 350,000 3,500,000 Bicycle Paths & Recreation Trails 2,500,000 2,500,000 1,250,000 1,250,000 2,500,000 Environmental Park Upgrades 1,500,000 1,500,000 750,000 750,000 1,500,000 Beach Marina Upgrades 15,000,000 15,000,000 7,500,000 7,500,000 15,000,000 Public Works Complex 12,300,000 12,300,000 4,600,000 2,600,000 5,100,000 12,300,000 City Hall 6,300,000 6,300,000 6,300,000 6,300,000 Downtown Parking Garage 10,500,000 (10,500,000) - 5,000,000 5,500,000 - Sand Key Bridge Replacement Fund 22,000,000 22,000,000 1,000,000 7,000,000 7,000,000 7,000,000 22,000,000 Penny IV Interfund Loan Repayment Schedule Police District III 6,000,000 5,000,000 11,000,000 6,000,000 5,000,000 11,000,000 Waterfront/Bluff Masterplan (Imagine Clearwater)- 6,500,000 6,500,000 6,500,000 6,500,000 Sports Fields & Facilities (Spectrum/Carpenter)6,000,000 6,000,000 6,000,000 6,000,000 143,400,250 1,000,000 144,400,250 13,820,250 13,260,000 10,190,000 14,280,000 13,320,000 15,600,000 8,980,000 19,400,000 11,110,000 16,190,000 8,250,000 144,400,250 526,126 74,435 3,012,951 2,189,680 2,662,827 1,200,803 6,712,229 2,165,940 6,280,993 5,696,674 2,773,282 2,773,282 Replacement/Upgrade of Current Infrastructure 7,130,250 7,000,000 3,400,000 12,160,000 11,150,000 14,650,000 3,000,000 12,700,000 10,100,000 15,150,000 8,050,000 104,490,250 Public Safety Infrastructure/Equipment 2,690,000 2,260,000 6,790,000 870,000 920,000 950,000 5,980,000 200,000 1,010,000 1,040,000 200,000 22,910,000 New Infrastructure 4,000,000 4,000,000 - 1,250,000 1,250,000 - - 6,500,000 - - - 17,000,000 Estimated Available Balance Fiscal Years 2019/20 - 2029/30 Estimated Penny IV Proceeds Estimated Revenue Planned Project Expenditures Estimated Penny III Proceeds Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6618 Agenda Date: 9/5/2019 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Provide direction on the proposed first amendment to an existing Hotel Development Agreement (HDA2014-07004) between Decade Sea Captain, LLC (the property owner) and the City of Clearwater for property located at 40 Devon Drive, which replaces Exhibit A to provide an updated legal description and replaces Exhibit B to provide new conceptual site plans and elevations, reduce the overall height of the proposed hotel building, add a detached dwelling to the portion of the property within the Low Medium Density Residential (LMDR) District and sets a new date by which time site plan approval must be obtained and confirm a second public hearing in City Council Chambers before City Council on September 19, 2019 at 6:00 p.m., or as soon thereafter as may be heard. (HDA2014-07004A). SUMMARY: Location and Existing Conditions: The 0.831-acre parcel is located on the north side of Devon Drive, approximately 150 feet east of Coronado Drive. The subject property was most recently developed with a 27-room motel which has been demolished and the site is vacant with the exception of some remnant paving . The subject site has approximately 175 feet of frontage along Devon Drive. Most of the subject property, the west 0.659 acres (upland), is zoned Tourist (T) District with a corresponding future land use classification of Resort Facilities High (RFH) and is within the Small Motel district of the Beach by Design. The eastern 0.171 acres (upland) is within the Low Medium Density Residential (LMDR) District with a corresponding Future Land Use classification of Residential Urban (RU). This portion of the site is not within the Beach by Design planning area. Vehicular access to the site is provided via three curb cuts along Devon Drive with two driveways providing access to the parking garage component and a third driveway providing access for servicing (solid waste). The immediate area is characterized by a variety of uses including overnight accommodations, retail, outdoor recreation/entertainment, restaurants, attached dwellings and detached dwellings uses. The City’s Beach Walk project has been constructed farther to the west transforming South Gulfview Boulevard into a winding beachside promenade with lush landscaping, artistic touches and clear views to Clearwater's award-winning beach and the water beyond. Coronado Drive has also been improved over the last several years with new sidewalks, decorative brick edging and details, crosswalks, lighting and street trees. Site History: Ø On December 21, 2010, the Community Development Board (CDB) approved Case Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6618 FLD2010-08004 to permit an 85-unit overnight accommodation use in the Tourist (T) District. This approval has since expired. Ø On January 13, 2011, the City Council approved the allocation of up to 53 units from the Hotel Density Reserve under Beach by Design (DVA2010-08001) and adopted a resolution to the same effect (Res. 11-01). The owners proposed to develop the site with an 85-unit overnight accommodations use as related to case FLD2010-08004. This agreement has since expired. Ø On May 21, 2013, the Community Development Board (CDB) approved Case FLD2013- 02007 to permit an 85-unit overnight accommodation use in the Tourist (T) District. This agreement has since expired. Ø On June 19, 2013, the City Council approved the allocation of up to 53 units from the Hotel Density Reserve under Beach by Design (Case DVA2010-08001A) and adopted a resolution to the same effect (Res. 13-06). The owners proposed to develop the site with an 85-unit overnight accommodations use related to case FLD2013-02007. This agreement has since expired. Ø On October 15, 2014, the City Council approved the allocation of up to 66 units from the Hotel Density Reserve under Beach by Design (Case HDA2014-07004) and adopted a resolution to the same effect (Res. 14-32). The owners propose to develop the site with a 98-unit overnight accommodations use related to case FLD2015-02006. This agreement is still valid. The current proposal under consideration is to amend this Development Agreement. Ø On April 21, 2015, the Community Development Board (CDB) approved, Case FLD2015- 02006 to permit a 98-unit overnight accommodation use in the Tourist (T) District. This approval is still valid although unconstructed. Ø On September 14, 2018, a proposal for a minor revision to FLD2015-02006 was submitted with a several changes to the building most of which are related to the removal of most of the parking component from the building except for 10 spaces on the ground floor. All required 118 spaces will be accommodated in a five-story parking garage proposed directly to the south across Devon Drive which has been approved as part of FLD2018-06020. This change resulted in the removal of one floor from the building. The minor revision also included minor changes to the façade of the building. The request was deemed to be a Minor Revision pursuant to CDC Section 4-405.A.1 through 9 and a Development Order to that effect was issued on September 24, 2018. The specific changes were as follows: 1.Most of the parking component has been removed from the building with the exception of 10 spaces on the ground floor. All required 118 spaces will be accommodated in a five-story parking garage proposed directly to the south across Devon Drive which has been approved as part of FLD2018-06020. This results in there being 10 additional provided spaces; 2.With the removal of one floor of parking the building height has been reduced to 77 feet (to roof) with an additional 22 feet for mechanical equipment. The overall height from Base Flood Elevation to highest architectural feature will be 99 feet; 3.The fifth-floor pool and patio at the east side of the building has been moved to grade at the north side of the site with the shape of the building footprint modified to accommodate and reflect the new location of the pool and patio; Page 2 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6618 4.Balconies along the east façade have been reduced in scope; 5.Balconies and the number of windows along the south façade have been reduced in accordance with the reduction in building height and change in building footprint; 6.Balconies and windows have been reduced in accordance with the reduction in building height and change in building footprint; and 7.Landscape area along the south side of the site along Devon Drive has been reduced to accommodate a front plaza/pedestrian entryway. Ø On September 18, 2018, the Community Development Board (CDB) approved, Case FLD2018-06020 to permit a parking garage in the Tourist (T) District for the properties located at 101 Coronado Drive and 41 Devon Drive. This application is peripherally related to the subject site as it provides 118 parking spaces for the proposed hotel. This approval is still valid although unconstructed. Ø Concurrent with this HDA amendment, an application for an amendment (FLD2015- 02006A) to the approved and valid Level II Flexible Development application, FLD2015- 02006 has been submitted and is scheduled to be reviewed by the Community Development Board on October 15, 2019. It is important to note that the development potential including density, Gross Floor Area (GFA) and Impervious Surface Ratio (ISR) with regard to the approved hotel was based solely on the portion of the site within the T District and that no development potential with regard to the portion of the site within the LMDR District was used. In other words, while the site is one parcel with two zoning districts and the intensity of use specific to each respective zoning district has been applied only to the land area associated with each zoning district. Development Proposal: The proposal is to maintain the development proposal on the portion of the site plan within the T District as approved as part of FLD2015-02006 (and as amended through the above noted minor amendment) and HDA2014-07004 and to add a detached dwelling on the portion of the site within the LMDR District. That portion of the site was originally intended to only contain the stormwater component for the portion of the site within the T District. This component will be redesigned to accommodate the proposed detached dwelling while also providing adequate stormwater capacity. The detached dwelling will be accessed via a single driveway which connects to the proposed parking garage component of the hotel site; no new curb cuts are proposed. The proposed detached dwelling will be 30 feet in height as measured from Base Flood Elevation. Two code-compliant parking spaces will be accommodated at-grade under the building. Setbacks of five feet and 25 feet are required and provided along the south (side) and rear (east), respectively. It should be noted that the rear (east) property line does not follow along the seawall but, rather, extends into the water. The building will be setback eight feet from the seawall which will require flexibility from the Building Department to allow structures within 18 feet of a seawall. Sight visibility triangles of 20 feet by 20 feet are required and provided at the southeast and northwest corners of the site. No changes to the hotel component beyond that as otherwise approved through the noted minor amendment are proposed. The changes to the Development Agreement are listed below: §Section 4.1: Adds the proposed detached dwelling as a use to the site in addition to the 98 -unit hotel and specifies that the hotel component is only located on the T District portion of Page 3 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6618 the site and the detached dwelling component is only located on the LMDR District portion of the site. §Section 4.4: Decreases the height of the building from 100 feet to 77 feet. §Section 4.5: Clarifies that the intensity of use within the LMDR District portion of the site is limited to one dwelling unit, specifies a height of the detached dwelling of 30 feet from BFE. §Section 6.1.7: Clarifies that no unit within the T District portion of the site shall have a complete kitchen facility as defined by the Community Development Code. This is to allow the detached dwelling to include a full kitchen as allowed by the Community Development Code. Consistency with the Community Development Code (CDC): Minimum Lot Area and Width: Pursuant to CDC Table 2-202, the minimum required lot area and width for detached dwellings is 5,000 square feet and 50 feet, respectively. The portion of the subject property within the LMDR District is 7,473 square feet in area and does not include any actual frontage along a street right-of-way; the subject portion of the property comes to a sharp angle where the LMDR and T Districts meet. The proposal is consistent with these Code provisions. Minimum Setbacks: Pursuant to CDC Table 2-202, the minimum required front, side and rear setbacks for waterfront properties are five and 25 feet, respectively. The proposal includes a side (south) setback of a minimum of five feet and a rear setback of 25 feet. Please note that the rear property line does not follow the center line of the seawall but, rather, extends farther out over submerged land. The detached dwelling is not adjacent to a front property line. The proposal is consistent with these Code provisions. No changes are proposed to any setback previously approved for the hotel component. Maximum Height: Pursuant to CDC Table 2-202, the maximum permitted height for detached dwellings is 30 feet. Please note that height is measured from the point from which minimum floor elevations in flood prone areas have been established by law to the highest finished roof surface in the case of a building with a flat roof. The proposed building height of 30 feet is consistent with this CDC section. The building height of the hotel is proposed at 77 feet with an additional 22 feet to the top mechanical equipment enclosures where the height as approved as part of HDA2014-07004 and FLD2015-02006 was 100 feet with an additional 25 to the top of mechanical equipment enclosures. Minimum Off-Street Parking: Pursuant to Table 2-202 parking for detached dwellings is two spaces per unit where two spaces are provided which is consistent with this CDC section. The hotel component will continue to include a minimum of 118 parking spaces (1.2 spaces per hotel unit). Landscaping: While a formal landscape plan is not required to be submitted for review at this time, a landscape plan was approved as part of FLD2015-02006. A landscape plan substantially the same as that as approved has been submitted as part of FLD2015-02006A. Consistency with Beach by Design: Design Guidelines: The portion of the site within the LMDR district is not within the Beach by Design planning area and is, therefore, not subject to the Beach by Design Design Guidelines. The hotel component Page 4 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6618 continues to be consistent with the applicable Design Guidelines established in Beach by Design. Hotel Density Reserve: The proposal includes no change in the number of units (66 units) previously allocated from the Reserve and continues to be in compliance with those criteria established within Beach by Design concerning the allocation of hotel rooms from the Reserve including that the development comply with the Metropolitan Planning Organization’s (MPO) countywide approach to the application of traffic concurrency management for transportation facilities. Standards for Development Agreements: The proposal is in compliance with the standards for development agreements, is consistent with the Comprehensive Plan and furthers the vision of beach redevelopment set forth in Beach by Design. The proposed Development Agreement will be in effect for a period not to exceed ten years, meets the criteria for the allocation of rooms from the Hotel Density Reserve under Beach by Design and includes the following main provisions: §Provides for no change in the number of units (66 units) allocated from the Hotel Density Reserve (previously approved as part of HDA2014-07004/Resolution 14-32); §Clarifies that a full kitchen is permissible for the proposed detached dwelling; §Clarifies that the rental period for the detached dwelling shall not include rentals for periods of less than 31 days or one calendar month, whichever is less, or which is advertised or held out to the public as a place rented for periods of less than 31 days or one calendar month, whichever is less. §Limits the proposed height of the detached dwelling to no more than 30 feet; §Revises Exhibit A which updates the legal description; §Revises Exhibit B which includes new conceptual site plans, architectural drawings, elevations and perspectives; §Requires the developer to obtain building permits within one year of approval of the amended and restated Development Agreement and certificates of occupancy in accordance with Community Development Code (CDC) Section 4-407; §Requires the return of any hotel unit obtained from the Hotel Density Reserve that is not constructed; §For units allocated from the Hotel Density Reserve, prohibits the conversion of any hotel unit to a residential use and requires the recording of a covenant restricting use of such hotel units to overnight accommodation usage; and §Requires a legally enforceable mandatory evacuation/closure covenant that the hotel will be closed as soon as practicable after a hurricane watch that includes Clearwater Beach is posted by the National Hurricane Center. §Provides that all units in a hotel receiving units from the Reserve shall be made available to the public as overnight transient hotel guests at all times through the required hotel reservation system; §That no hotel room in a hotel allocated units from the Reserve will have a full kitchen; §That a reservation system shall be required as an integral part of the hotel use and there shall be a lobby/front desk area that must be operated as a typical lobby/front desk area for a hotel would be operated; and §Requires a legally enforceable mandatory evacuation/closure covenant that the hotel will be closed as soon as practicable after a hurricane watch that includes Clearwater Beach is posted by the National Hurricane Center. Changes to Development Agreements: Pursuant to Section 4-606.I., CDC, a Development Agreement may be amended by mutual Page 5 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6618 consent of the parties, provided the notice and public hearing requirements of Section 4-206 are followed. Revisions to conceptual site plans and/or architectural elevations attached as exhibits to this Development Agreement shall be governed by the provisions of Section 4-406, CDC. Minor revisions to such plans may be approved by the Community Development Coordinator. Other revisions not specified as minor shall require an amendment to this Development Agreement. Page 6 City of Clearwater Printed on 9/5/2019 565 SOUTH HERCULES AVENUECLEARWATER, FL 33764phone 727.822.4151WWW.DEUELENGINEERING.COMCERTIFICATE OF AUTHORIZATION NUMBER 26320LICENSED BUSINESS NUMBER 107D euel ssociatesACONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS&SURVEYOR'S NOTES:SEE SHEET 2 FOR LEGEND, SYMBOL LEGEND, CURVE TABLE,DETAILED LOCATION OF IMPROVEMENTS AND TOPOGRAPHY.” ” ” ” ” ” OHDEVON DRIVECORONADA DRIVE C L E A R W A T E R H A R B O RHAMDEN DRIVE565 SOUTH HERCULES AVENUECLEARWATER, FL 33764phone 727.822.4151WWW.DEUELENGINEERING.COMCERTIFICATE OF AUTHORIZATION NUMBER 26320LICENSED BUSINESS NUMBER 107D euel ssociatesACONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS&SEE SHEET 1 FOR DESCRIPTIONS, SURVEYOR'SREPORT AND SURVEYOR'S NOTES. AUDE SMITH AIA ARCHITECTURAL DRAWINGS FLD 2015-02006A [REVISED] 40 DEVON DRIVE CLEARWATER BEACH , FL A RESIDENCE ON EASTWARD LMDR DISTRICT AND "SEA CAPTAIN" HOTEL A 98 UNIT HOTEL IN TOURIST DISTRICT [AS AMENDED 9-24-18 UNDER CDC 4-406] EXHIBIT "B" JUNE 3, 2019 REVISED / RESUBMITTED JUNE 10, 2019 REVISED AUGUST 1, 2019 REVISED AUGUST 5,2019 DRAWING INDEX SHEET #DESCRIPTION A-1 SITE PLAN: RESIDENCE & HOTEL [ ROOF TOP VIEW ] A-2 RESIDENCE SITE PLAN ON LMDR A-3 LEVEL 1 RESIDENCE W/ HOTEL AND COMBINED SITE DATA TABLE A-4 LEVEL 2 RESIDENCE PLAN W/ HOTEL PLAN A-5 LEVEL 3 RESIDENCE PLAN, W/ HOTEL PLAN A-6 LEVEL 4 RESIDENCE PLAN, W/ HOTEL PLAN A-7 LEVEL 5 RESIDENCE PLAN, W/ [TYPICAL HOTEL PLANS LEVEL 5 THROUGH 8] A-8 SOUTH ELEVATION, RESIDENCE & HOTEL A-9 EAST ELEVATION, RESIDENCE "CROSS SECTION" & HOTEL A-10 NORTH ELEVATION, RESIDENCE & HOTEL A-11 "NORTH EAST" ELEVATION AT SEAWALL & WEST ELEVATIONS OF RESIDENCE A-12 WEST ELEVATION, HOTEL SUPPLEMENT: DRC COMMENTARY AND RESPONSES FROM 7/1/19 ARCHITECTURE PLANNING INTERIOR DESIGN A PROJECT FOR DECADE SEA CAPTAIN, LLC EXECUTIVE CENTER OFFICE PARK SUITE, 290 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM 12 PL 18' WIDE PAVED ENTRANCE AND HOTEL TO RESIDENCE FROM R.O.W. @ HAMDEN / DEVON INTERSECTION DEVON DRIVE CL 15'-1" SETBACKTHREE STORY SECTION EXISTING PIER HOUSE HOTEL PL COVERED STAIRWELL & STORAGE ABOVE MAIN ROOF ON LEVEL 3 POOL POOL DECK CHANGE IN ZONING DISTRICT EIGHT STORY SECTION, SEACAPTAIN HOTEL MINOR 4.406 AMENDMENT APPROVED SEPTEMBER 2018 MECHANICAL PENTHOUSE ABOVE MAIN ROOF MECHANICAL PENTHOUSE ABOVE MAIN ROOF & OVERHANG EXIT TWO STORIES OVER PARKING SUCO BMERGED LAND, SEE SURVEY EXISTING SEAWALL EXISTING PLATTED BOUNDARY AS PROPERTY LINE POOL DECK HOTEL "TOWER" ELEMENTS, SEE PREVIOUS MINOR AMENDMENT DRAWINGS LMDR RESIDENCE 153'-4" 25'-0" REQUIRED CL PROPOSED EASEMENT, SEE SHEET A-2 DOCKS 178'-2"15'-1"10'-2" PL ENTRANCE CONNECTING DRIVEWAY TOURIST LMDR TOURIST LMDR PL PLPL PL PL PL 1'-6" SETBACK TO PAVING 5'-0" SETBACK TO STRUCTURE 42" SIDEWALK EDGE OF BALCONIES PL PL PL PL 15'-8"15'-8"15'-7 3/4"BUILDING LINE BELOW OVERHANG 25'-2"25'-2" LINE OF OVERHANG / BALCONIES ABOVE PL SITE VISIBILITY TRIANGLE SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM A-1 DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 SITE PLAN SCALE: COMPOSITE SITE PLAN RESIDENCE & HOTEL ROOFTOP VIEW 3/32" = 1'-0" NORTH SEE SHEET A-3 FOR STREET VIEW PEDESTRIAN ENTRANCE AND ACCESS TO UPPER RESIDENCE FROM DEVON DRIVE 24'-0" WIDE ENTRANCE TO COVERED PARKING FOR RESIDENCE LANDSCAPE ELECTRIC SERVICE METER ABOVE BFE, SEE FLOOR PLAN OPEN PAVED DECK TO SEAWALL LINE OF BALCONY ABOVE EXTENDED 4'-0" OUTWARD FROM STRUCTURE BELOW EXISTING SEAWALL PER 2.14.19 SURVEY SUBMERGED LAND 1,944 S.F. FRONT COMPOSITE SETBACK LINE, 25' EACH WAY NOT USED 18' DRIVEWAY EXISTING ONE STORY RESIDENCE (TRANSCRIBED) ON ADJACENT LOT 3 EXISTING CURB AT HAMDEN DRIVE CONTINUOUS 6'-0" HIGH MASONRY WALL REQUIRED SIGHT VISIBILITY TRIANGLE AT SEAWALL BOUNDARY EXISTING 13" HOLLY TREE TO BE REMOVED 1 2 3 4 5 6 8 9 11 13 12 7 10 14 15 16UP 2 5 49 7 11 13 12 14 15 1 HAMDEN DRIVE(50' R/W)16 14 5'-0" SIDEYARD SETBACK DRIVEWAY ENTRANCE TO RESIDENCE COVERED PARKING FOR 2 CARS SEE SHEET A-3 2 0 ' - 0 " PL PROPOSED RESIDENCE: TWO STORIES OVER COVERED PARKING B.F.E. 12.00' NAVD 13'-10" SEAWALL TO STRUCTURE 4'-0" CANTILEVERED BALCONY AT LEVEL 2 & ROOF OVERHANG 9'-4" SEAWALL TO STRUCTURE 25'-0" SETBACK 25'-0" SETBACK 18' WIDE PAVED ENTRANCE AND HOTEL TO RESIDENCE FROM R.O.W. @ HAMDEN/DEVON INTERSECTION 104.63' LMDR TOURIST BOUNDARY SEE SURVEY 3'-6" CONC. SIDEWALK24'-0"CONTINUATION OF 24' W. DRIVEWAY FOR HOTEL ACCESS, SEE COMPOSITE SITE PLAN SHEET A-3 DEVON DRIVE @ HOTEL SITE 127.92' PL P L 45.93' DEVON DRIVE 22'-0" ESTIMATED AT EXISTING RESIDENCE 8'-8"4'-4"14'-6"50'-8"10'-0" 62'-8"10'-0"7'-4"7 3 ' - 4 " HOTEL BALCONIES ABOVE 6 FACE OF EXISTING SEAWALL 20'-0" SITE VISIBILITY FROM SEAWALL OPEN GREEN SPACE/LANDSCAPE SIDEWALK OUT IN 3'-6" CONC. SIDEWALK P L CL 15'-0" EASEMENT 15'-0" EASEMENT TOURIST LMDR TOURIST LMDR 9 LANDSCAPE 8 PL PL PL PL COVERED HOTEL/ POOL DECK HOTEL GARAGE REFUSE ELEC 27'-2" ESTIMATED1'-6" TO PAVING 3 3 25'-2"25'-2"PL SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM A-2SCALE: SITE PLAN 1/8" = 1'-0" NORTH KEYED NOTES RESIDENCE SITE PLAN ON LMDR DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 RESIDENCE SITE PLAN 25'-2" UP UP 42" WIDE SIDEWALK 9'-0"9'-0" 2 PARKING SPACES 9'-0"x19'-0", TYP. LINE OF BUILDING ABOVE 15'-4" 15'-0" UTILITY EASEMENT 5'-0"LANDSCAPE LINE OF BALCONIES & OVERHANG ABOVE 6'-0" HIGH MASONRY WALL SITE VISIBILITY TRIANGLE 4'-6" SIDEWALK COVERED DECK UNDER BUILDING EQUIPMENTR.R. 5'-0" SIDEWALK PL PL COVERED SERVICE AREA CAFE SEATING AREA FOOD PREP & STORAGE LOWER HOTEL LOBBY EL. EL. UP ADA RAMP UP ENTRANCE TO PARKING GARAGE PL 12'-0"DRIVE R.R. PL PARKING & 24'-0" WIDE DRIVEWAY DEVON DRIVE ENTRANCE ONLY 18'-0" WIDE MECH.REFUSE ELEC. 20'-0" 2 0 ' - 0 " POOL DECK "AE" 12' SEE SURVEY "VE" 13' "VE" 13' "AE" 12' SEE SURVEY COVERED DECK UNDER RESIDENCE 12'-0" 7'-0" H. SCREEN WALL 10'-2"15'-1" SETBACKEXIT ONLY 15'-0" WIDE PL HOTEL SETBACK @ 15'-0"UPUPUPRESERVED FOR POOL (N.I.C.) POOL DECK 24' -0" DRIVEWAY TO RESIDENCE "LMDR""T"UPUP10'-2"HOTEL SETBACK TOP OF WALL 2'-6" TOURIST LMDR TOURIST LMDR TYPICAL 9' W X 19' D PARKING SPACES (6) ELEC ROLLING GATE 19'-0"EXISTING RESIDENCE, LOT 3 PL PL PL 15'-8"15'-8"PL SUBMERGED LAND PL PL PL PL 24'-0"BACKOUT AT LMDR24'-0"BACKOUT AT LMDR15'-7 3/4"1'-6" SETBACK TO PAVEMENT 5'-0" SETBACK TO STRUCTURE25'-2"PL PL SITE VISIBILITY TRIANGLE 15'-11" SITE DATA, ADDING RESIDENCE 1.SITE ADDRESS 40 DEVON DRIVE CLEARWATER, FL 33767 PARCEL ID:08/ 29/ 15/ 00000/ 320/ 0300 ZONING "T" & "LMDR" 2.PRESENT USE:VACANT 3.PROPOSED USE:RESIDENCE (LMDR) HOTEL (T) 4.FUTURE LAND USE:RFU & RU 5.OVERLAY DISTRICT:BEACH BY DESIGN (HOTEL ONLY) (SMALL MOTEL DISTRICT) 6.TOURIST ZONE SITE AREA:28,678 SF 0.659± AC (ZONE "T") 7.LMDR ZONE SITE AREA: 7,484 SF 0.171± AC (ZONE "LMDR") 8.TOTAL SITE AREA:36,162 SF 0.830± AC. UPLAND HOTEL "T" UPLAND RESIDENCE "LMDR" 9.EXISTING BLDG. AREA: N/A VACANT 10. TOTAL PROPOSED BLDG. AREA:82,662 SF ________________________________________________________________________________ 1.SETBACKS: “T” “LMDR” “T” & “LMDR”REQUIRED PROPOSED REQUIRED PROPOSED 15’ FRONT 15.00’ BLDG. 25’ FRONT 25’ BLDG. 10’ SIDE 10’00’ BLDG. 5’ SIDE 5’ BLDG. FLD 2015-200611.36' REAR 15'-8" BLDG. 25’ REAR 25' REAR 2.ALLOWABLE MAXIMUM HEIGHT FROM BFE: 35-100’ ON “T”; 30’ ON “LMDR” BASE FLOOD ELEVATION (BFE): 12’ TOURIST LMDR HEIGHT (TO ROOF) "T"77'HEIGHT (TO ROOF)26' MECHANICAL 22'MECH. SCREEN 4' TOTAL"T"99'TOTAL "LMDR"30' 3.PARKING TABULATION:EXISITING PARKING SPACES =36 SPACES (98 PROPOSED ROOMS) (1.20 SPACE/ROOM) REQUIRED PARKING= 118 SPACES RESIDENCE PARKING= 2 SPACES L-1 DEVON * L-1 HOTEL PARKING GARAGE RESIDENCE ADA 1 4 CHECK-IN 6 GARAGE ON 107 DEVON COVERED 2 PARKING RESIDENTIAL TOTAL 7 CARS 111 CARS 2 CARS *NOTE: PARKING GARAGE ON DEVON DRIVE PROVIDES SPACE FOR 174 CARS REFER TO GARAGE SITE PLAN, UNDER SEPARATE PERMIT. SITE DATA TABLE COMBINED EXISTING PROPOSED REQUIRED A.TOTAL SITE AREA (“T”): 28,678 SF 28,678 SF 20,000 SF MIN. TOTAL SITE AREA (“LMDR”): 7,484 SF 7,484 SF 5,000 SF MIN. (UPLAND PORTION ONLY) A.TOTAL OPEN SPACE: 36,162 SF 8,639 SF (23.1%) B.TOTAL UNITS “T”: (32 FORMER) 98 UNITS OVERNIGHT TOTAL UNITS ”LMDR”: 0 1 RESIDENTIAL C.TOTAL BUILDING PAD AREA: 0 SF 18,709 SF D.SIDEWALK / DECK / PAVED AREA: 0 SF 9,223 SF E.TOTAL IMPERVIOUS AREA: 27,932 SF F.PARKING TABULATION: SEE CHART ABOVE FOR EACH USE G.VEHICULAR AREA: 0 SF 7,130 SF H.INTERIOR LANDSCAPE: 0 SF N/A PARKING GARAGE I.OPEN SPACE AREA: 9,548 SF 31,528 SF SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM A-3 LEVEL 1 PLAN NORTH 1 REV 1 6 JUNE '19 SCALE: LEVEL 1 HOTEL PLAN W/ RESIDENCE 3/32" = 1'-0" NOTE: OCCUPIED AREAS SHOWN AT THIS LEVEL ARE DRY FLOOD PROOF PER CODE REV 2 24 JULY '19 DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 UPUPUPUPW DWD UP UPUPRD-3 W/ 4"LEADER RD-5 W/ 4" LEADER RD-1 W/ 4" LEADER HOTEL, EIGHT STORY PORTION (7 FLOORS ABOVE B.F.E.) POOL BELOW POOL DECK BELOW OFFICE LOBBY EXTENDED BALCONIES @ L-2 ONLY CORRIDOR LAUNDRYEL. EL.MECH. ELEC. FITNESS DN. UP EL. BEDROOM STUDY LIVING DINING KITCHEN BEDROOM DECK DECK CONTINUOUS BALCONY FOYER LEVEL 2, HOTEL W/ MAIN LEVEL & 15 GUEST ROOMS MASTER BEDROOM SEAWALL BELOW HOTEL, THREE STORY WING 2 FLOORS ABOVE BFE RESIDENCE 2 FLOORS ABOVE BFE 21'-4" ELEVATOR LOBBY REGISTRATION 15'-0" EASEMENT DRIVEWAY BELOW SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM A-4 LEVEL 2 PLAN SCALE: COMPOSITE HOTEL LEVEL 2 PLAN W/ RESIDENCE 3/32" = 1'-0" NORTH DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 (FIRST LEVEL ABOVE BFE) UPUPUPUPUPUPDN EXISTING SEAWALL POOL BELOW POOL DECK BELOW HOTEL, THREE STORY WING 2 FLOORS ABOVE BFE HOTEL, EIGHT STORY PORTION (7 FLOORS ABOVE B.F.E.) CORRIDOR LEVEL 3 HOTEL W/ UPPER LOBBY & 18 GUEST ROOMS SERVER & MECH. OPEN TO LOBBY BELOW UPPER LOBBY RAILING OUTDOOR KITCHEN & BAR R.R. OVER HANG ABOVE BEDROOM SPA R.R.EL. DN PLANTER RESIDENCE 2 FLOORS ABOVE BFE OPEN STAIR TO L-2 ONLY ROOF DECK 15'-0" EASEMENT A-5 LEVEL 3 PLAN SCALE: COMPOSITE HOTEL LEVEL 3 PLAN W/ RESIDENCE 3/32" = 1'-0" NORTH SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 UPUPUPUPUPUPPOOL BELOW POOL DECK BELOW HOTEL, THREE STORY WING ROOF TOP HOTEL, EIGHT STORY PORTION (7 FLOORS ABOVE B.F.E.) CORRIDOR LEVEL 4 HOTEL W/ 13 GUEST ROOMS STORAGE ROOF OVER L-3 SKYLIGHT OVER LOBBY LOBBY EL. EL. TYPICAL BALCONIES ROOF TERRACE BELOW ROOF OVER COVERED AREA BELOW ROOF MOUNTED HVAC EQUIPMENT SCREENING ENCLOSURE FOR MECHANICAL EQUIPMENT 15'-0" EASEMENT LOUVERED SCREEN AT PARAPET HEIGHT A-6 LEVEL 4 PLAN SCALE: COMPOSITE HOTEL LEVEL 4 PLAN W/ RESIDENCE 3/32" = 1'-0" NORTH SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 UPUPUPUPEXISTING SEAWALL POOL BELOW POOL DECK BELOW HOTEL, THREE STORY WING ROOF TOP HOTEL, EIGHT STORY PORTION (7 FLOORS ABOVE B.F.E.) CORRIDOR TYPICAL HOTEL LEVELS 5,6,7,8 13 GUEST ROOMS EACH ROOF OVER L-3 SKYLIGHT OVER LOBBY TYPICAL BALCONIES ROOF TERRACE BELOW ROOF OVER COVERED AREA BELOW ROOF MOUNTED HVAC EQUIPMENT SCREENING ENCLOSURE FOR MECHANICAL EQUIPMENT EL EL 15'-0" EASEMENT BAY WINDOWS @ LEVELS 7 & 8, SEE ELEVATIONS LOUVERED SCREEN AT PARAPET HEIGHT A-7 LEVEL 5 PLAN SCALE: COMPOSITE HOTEL LEVEL 5 PLAN W/ RESIDENCE AND 3/32" = 1'-0" NORTH SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 TYPICAL HOTEL LEVELS 5,6,7,8 13 GUEST ROOMS EACH 0'-0" LEVEL 111'-8" LEVEL 223'-4" LEVEL 333'-4" LEVEL 443'-4" LEVEL 553'-4" LEVEL 663'-4" LEVEL 773'-4" LEVEL 883'-4" ROOF11'-8"11'-8"10'-0"10'-0"10'-0"10'-0"10'-0"10'-0"10'-0"93'-4" PENTHOUSE MECHANICAL COOLING TOWER12.0' B.F.E.SEE SURVEY7'-0"OPENOPEN0'-0" LEVEL 111'-0" LEVEL 222'-0" LEVEL 3UPPER BEDROOM &ROOF TERRACEPRIMARY LIVINGPARKING12'-0" BFETOP OF PARAPETROOFEXIT ONLY,HOTEL &RESIDENCEOPENOPEN123456789101110121314115ENTRANCEONLY,HOTEL &RESIDENCE12.0' B.F.E.7'-0"77'-0"22'-0"15'-0"EASEMENT BETWEENBUILDINGSSEE SITE PLANTOURIST LMDRTOURIST LMDRHOTEL HEIGHTROOF OF ELEV.EQUIPMENTMECHANICALPENTHOUSE(ELEV. EQUIP.)7'-0"26'-0"4'-0" 30'-0"RESIDENCE HEIGHTBFE 12'-0"BFE 12'-0"PAINTED STUCCO WITH SHADOW REVEALSBAY WINDOWS AT L-7 AND L-8ARCHITECTURAL GRILLWORKTYPICAL: ACM PANELS AT OVERHANG AND SOFFITTYPICAL: PAINTED CEMENT FIBER DECORATIVE PANELSBAY WINDOWS, L-3 THROUGH L-8TYPICAL: 11'-0" X 7'-0" HIGH WINDOWS PANELS USED ATLOBBIES & GUESTROOMSWINDOW PANELS IN HOTEL LOBBYSERVICE ENTRANCEACM DECORATIVE PANELSHOTEL ENTRANCE FROM DEVONARCHITECTURAL LOUVERSENTRANCE STAIRS TO LIVING LEVELCEMENT FIBER HORIZONTAL SIDING, PAINTED ONRESIDENCE1234567891011121314SCALE:DRAWN BY:CHECKED BY:PROJECT NUMBER:ISSUED FOR:ARCHITECTUREINTERIOR DESIGNRobert J. Aude, AIAAude Smith Architecture, Inc. AIAAll Rights ReservedC CopyrightDATE:EXECUTIVE CENTER OFFICE PARKSUITE, 290PLANNINGAUDESMITHAIA25400 US HWY 19 NORTHFL CORP. AA0002587CLEARWATER, FLORIDA 33763PHONE: 727-785-4441WWW.AUDESMITH.COMELEVATIONA-8SCALE:COMPOSITE SOUTH ELEVATION: AT DEVON DRIVE HOTEL & RESIDENCE3/32" = 1'-0"DECADE SEA CAPTAIN L.C.C.40 Devon DriveClearwater, Fl.18-130RADM/TPAS NOTEDSeaCaptain A 98 Room Hotel and LMDR Eastward Residence DECADE SEA CAPTAIN L.L.C. 40 Devon Drive Clearwater, Fl.FLD3 JUNE '19 REVISION 16 JUNE '19 REVISION 224 JULY '19HDA EXHIBIT1 AUG. '19HDA EXHIBIT5 AUG. '19KEYED NOTESSW 6385DOVERWHITESW 7036ACCESSIBLEBEIGE 1234123R21346758RESIDENCE HEIGHT7'-0"26'-0"4'-0"30'-0"BFE 12'-0"8" POST TENSIONED CONCRETE FLOOR & ROOF FRAMING,SEE FLOOR PLAN FOR COLUMNS, SHEARWALLS, ANDSPANSOPEN DECK BELOW BFE W/ PARKING, SEE L-1RESIDENTIAL ELEVATOR, DRY FLOOD PROOF IN MASONRYSHAFTROOF MOUNTED CONDENSORS SERVING 5 SPLITSYSTEMS, SEE FLOOR PLAN FOR AHU LOCATIONSSPA ON ROOFUPPER LEVEL BEDROOM & BATH, SEE LEVEL 3 SHEET A-5ELEVATION OF ADJACENT HOTEL ON WESTWARDTOURIST TRACTWESTWARD 3 STORY WING OF HOTEL BEYOND12345678A-9SCALE:DRAWN BY:CHECKED BY:PROJECT NUMBER:ISSUED FOR:ARCHITECTUREINTERIOR DESIGNRobert J. Aude, AIAAude Smith Architecture, Inc. AIAAll Rights ReservedC CopyrightDATE:EXECUTIVE CENTER OFFICE PARKSUITE, 290PLANNINGAUDESMITHAIA25400 US HWY 19 NORTHFL CORP. AA0002587CLEARWATER, FLORIDA 33763PHONE: 727-785-4441WWW.AUDESMITH.COMSECTIONKEYED NOTESSCALE:RESIDENCE & HOTEL3/32" = 1'-0"SECTION/ AND EAST ELEVATIONDECADE SEA CAPTAIN L.C.C.40 Devon DriveClearwater, Fl.18-130RADM/TPAS NOTEDSeaCaptain A 98 Room Hotel and LMDR Eastward Residence DECADE SEA CAPTAIN L.L.C. 40 Devon Drive Clearwater, Fl.FLD3 JUNE '19 REVISION 16 JUNE '19 REVISION 224 JULY '19HDA EXHIBIT1 AUG. '19HDA EXHIBIT5 AUG. '19NOTE TO PLAN REVIEWTHE DOMINATE ELEVATION OF PROPOSED RESIDENCE ISOBLIQUE TO THIS ORTHOGRAPHIC DRAWING. FORCLARIFICATION SEE SHEET A-11 FOR "NORTHEAST" ELEVATION. ℄ SHEARWALL0'-0" LEVEL 111'-8" LEVEL 223'-4" LEVEL 333'-4" LEVEL 443'-4" LEVEL 553'-4" LEVEL 663'-4" LEVEL 773'-4" LEVEL 883'-4" ROOF12.0' B.F.E.SEE SURVEY93'-4" PENTHOUSEMECHANICAL0'-0" LEVEL 111'-0" LEVEL 222'-0" LEVEL 3ROOF TERRACE &UPPER BEDROOMPRIMARY LIVING12'-0" BFEPARKINGBUILDING HEIGHTABOVEBFE= 30'-0"TYPICAL:ACM PANELS ATOVERHANG & SOFFITARCHITECTURAL GRILLEWORKOBLIQUE VIEWSEE SHEET A-9NORMAL VIEWCOURTYARD & POOL DECK7'-0" HIGH SCREENWALL AT PARKINGCEMENT FIBER HORIZONTALSIDING, PAINTEDOPEN TO STAIRWELL22'-0"PAINTED STUCCO W/SHADOW REVEALSPAINTED STUCCO W/SHADOW REVEALS15'-0"OPENOPENEASEMENT BETWEENBUILDINGSSEE SITE PLANTOURIST LMDRTOURIST LMDR77'-0"HOTEL HEIGHTRESIDENCE HEIGHT30'-0" ABOVE BFE7'-0"26'-0"4'-0"30'-0"BFE 12'-0"BFE 12'-0"A-10SCALE:DRAWN BY:CHECKED BY:PROJECT NUMBER:ISSUED FOR:ARCHITECTUREINTERIOR DESIGNRobert J. Aude, AIAAude Smith Architecture, Inc. AIAAll Rights ReservedC CopyrightDATE:EXECUTIVE CENTER OFFICE PARKSUITE, 290PLANNINGAUDESMITHAIA25400 US HWY 19 NORTHFL CORP. AA0002587CLEARWATER, FLORIDA 33763PHONE: 727-785-4441WWW.AUDESMITH.COMELEVATIONSCALE:COMPOSITE NORTH ELEVATION3/32" = 1'-0"DECADE SEA CAPTAIN L.C.C.40 Devon DriveClearwater, Fl.18-130RADM/TPAS NOTEDSeaCaptain A 98 Room Hotel and LMDR Eastward Residence DECADE SEA CAPTAIN L.L.C. 40 Devon Drive Clearwater, Fl.FLD3 JUNE '19 REVISION 16 JUNE '19 REVISION 224 JULY '19HDA EXHIBIT1 AUG. '19HDA EXHIBIT5 AUG. '19 0'-0" LEVEL 1 11'-0" LEVEL 2 22'-0" ROOF TERRACE PAINTED STUCCO WITH SHADOW REVEALS OPEN TO TERRACE CEMENT FIBER "HARDY" HORIZONTAL SIDING , PAINTED STAIRS UP TO MAIN ENTRY RAISED PLANTERS ON ROOF DECK SEE A-5 OPEN TO RESIDENCE PARKING OPEN TO ENTRY PORCH OPEN TO OUTDOOR KITCHEN UPPER BEDROOM & ROOF TERRACE PRIMARY LIVING 12'-0" BFE TOP OF PARAPET PARKING NOTE: RESIDENCE PARKING AREA SHALL BE SECURED WITH HORIZONTAL SLIDING GATE AT ENTRANCE, SEE SHEET A- ROOF 7'-0"26'-0"4'-0"30'-0"BFE 12'-0" 0'-0" LEVEL 1 11'-0" LEVEL 2 22'-0" LEVEL 3ROOF TERRACE & UPPER BEDROOM PRIMARY LIVING 7' SCREEN WALL TO CONCEAL PARKING 7'-0" SCREEN WALL PARKING GLASS RAILINGS 42" HIGH, TYPICAL RAISED PLANTER AT WEST WALL, SEE A-5 PAINTED STUCCO FINISH UPPER BEDROOM LOUVERED SCREEN WALL TO CONCEAL MECHANICAL EQUIPMENT 12'-0" BFE OBLIQUE VIEW THIS PORTION DRAWN NORMAL TO VIEW, SEE PLANS OBLIQUE VIEW CHIMNEY FROM FIREPLACETOP OF PARAPET ROOF APPROX. PROFILE OF HOTEL TO WEST, SEE SHEET A-10 FOR NORMAL VIEW 7'-0"26'-0"30'-0"BFE 12'-0" SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM ELEVATIONS A-11SCALE: WEST ELEVATION OF RESIDENCE 1/8" = 1'-0" DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 SCALE: "NORTH/EAST" ELEVATION OF RESIDENCE 3/32" = 1'-0" 0'-0" LEVEL 1 11'-8" LEVEL 2 23'-4" LEVEL 3 33'-4" LEVEL 4 43'-4" LEVEL 5 53'-4" LEVEL 6 63'-4" LEVEL 7 73'-4" LEVEL 8 83'-4" ROOF 93'-4" MECHANICAL PENTHOUSE ROOF 12.0' B.F.E.12.0' B.F.E.11'-8"11'-8"10'-0"10'-0"10'-0"10'-0"10'-0"10'-0"10'-0"7'-0"1 2 OPEN 34 TYP. CONT. JOINTS @ COLUMNS 4 5 6 7'-0"36'-0"FACE OF EASTWARD STAIRWELL BEYOND AT EAST WING BAY WINDOWS AT EAST WING 22'-0"77'-0"HOTEL HEIGHT BFE 12'-0"BFE 12'-0" A-14 - CODED NOTES ALUMINUM TRELLIS AND SCREEN WALL AROUND MECHANICAL EQUIPMENT ON ROOF OVER L-3 WASCO PYRAMID SKYLIGHTS (3) ACM DECORATIVE PANELS PAINTED STUCCO OVER CMU OPEN LOUVERS WITH ARCHITECTURAL GRILLES ACM FASCIA, SEE SOUTH ELEVATION 1 2 3 4 5 6 SCALE: DRAWN BY: CHECKED BY: PROJECT NUMBER: ISSUED FOR: ARCHITECTURE INTERIOR DESIGN Robert J. Aude, AIA Aude Smith Architecture, Inc. AIA All Rights Reserved C Copyright DATE: EXECUTIVE CENTER OFFICE PARK SUITE, 290 PLANNING AUDE SMITH AIA 25400 US HWY 19 NORTH FL CORP. AA0002587 CLEARWATER, FLORIDA 33763 PHONE: 727-785-4441 WWW.AUDESMITH.COM ELEVATION A-12 DECADE SEA CAPTAIN L.C.C. 40 Devon Drive Clearwater, Fl. 18-130 RA DM/TP AS NOTEDSeaCaptainA 98 Room Hotel and LMDR Eastward ResidenceDECADE SEA CAPTAIN L.L.C.40 Devon DriveClearwater, Fl.FLD 3 JUNE '19 REVISION 1 6 JUNE '19 REVISION 2 24 JULY '19 HDA EXHIBIT 1 AUG. '19 HDA EXHIBIT 5 AUG. '19 KEYED NOTES SCALE: HOTEL, WEST ELEVATION 3/32" = 1'-0" Resolution No. 19-18 RESOLUTION NO. 19-18 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA AMENDING A DEVELOPMENT AGREEMENT BETWEEN THE CITY OF CLEARWATER AND DECADE SEA CAPTAIN, LLC; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City and the Developer are parties to that certain Hotel Density Reserve Development Agreement (the “Agreement”) dated October 17, 2014, and the Agreement is attached as Exhibit “1;” and WHEREAS, the City and the Developer desire to amend certain terms and provisions of the Agreement, as more fully set forth in the attached Exhibit “2;” and, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The first amendment to the Hotel Density Reserve Development Agreement between the City of Clearwater and Decade Sea Captain, LLC, a copy of which is attached as Exhibit “2,” is hereby approved. Section 2. This resolution shall take effect immediately upon adoption. Section 3. The City Clerk is directed to submit a recorded copy of the Development Agreement to the state land planning agency no later than fourteen (14) days after the Development Agreement is recorded. PASSED AND ADOPTED this _______ day of _____________, 2019. ____________________________ George N. Cretekos Mayor Approved as to form: Attest: __________________________ _____________________________ Michael P. Fuino Rosemarie Call Assistant City Attorney City Clerk 565 SOUTH HERCULES AVENUECLEARWATER, FL 33764phone 727.822.4151WWW.DEUELENGINEERING.COMCERTIFICATE OF AUTHORIZATION NUMBER 26320LICENSED BUSINESS NUMBER 107D euel ssociatesACONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS&SURVEYOR'S NOTES:SEE SHEET 2 FOR LEGEND, SYMBOL LEGEND, CURVE TABLE,DETAILED LOCATION OF IMPROVEMENTS AND TOPOGRAPHY.” ” ” ” ” ” OHDEVON DRIVECORONADA DRIVE C L E A R W A T E R H A R B O RHAMDEN DRIVE565 SOUTH HERCULES AVENUECLEARWATER, FL 33764phone 727.822.4151WWW.DEUELENGINEERING.COMCERTIFICATE OF AUTHORIZATION NUMBER 26320LICENSED BUSINESS NUMBER 107D euel ssociatesACONSULTING ENGINEERS LAND SURVEYORS LAND PLANNERS&SEE SHEET 1 FOR DESCRIPTIONS, SURVEYOR'SREPORT AND SURVEYOR'S NOTES. Address of Receiving Property Rooms Allocated Total Rooms Proposed Acreage Units / Acre Rooms per Base Density CDB Meeting City Council Approval Site Plan Approval Needed by Final Project Expiration Case Number Notes 101 Coronado Drive (Pier 60 Hotel)72 108 0.72 150.00 36 5/19/2009 8/6/2009 Constructed Constructed FLD2009-03013 / DVA2009-00001 Permit Status is completed. 619 S. Gulfview Boulevard (Shephard's)42 160 2.37 67.51 118 11/17/2009 12/17/2009 Constructed Constructed FLD2008-12033 / DVA2008-00002 Allocated rooms reduced from 68 to 42 - minor revision on July 6, 2011; Permit Status is completed. 655 S. Gulfview Boulevard (Hampton Inn / Quality Inn)90 181 1.44 125.96 71 N/A 4/16/2014 Constructed 2/6/2017 DVA2013-03001 / HDA2014-02001 / FLD2013-03011 / FLD2014-03007 BCP2014-06256 - issued 12/17/2014 / BCP2014-07307 - issued 02/06/2015; Permit Status is completed. 316 Hamden Drive (Hotel B)79 118 0.82 143.90 39 11/17/2009 12/17/2009 Constructed 6/13/2015 DVA2009-00003 / FLD2009-08027 BCP2015-01211 issued 11-13-2015; Permit Status is completed. 300 Hamden Drive (Hotel A)95 142 1.10 129.09 47 11/17/2009 12/17/2009 Constructed 6/13/2015 DVA2009-00002 / FLD2009-08026 BCP2015-01211 issued 11/13/2015; Permit Status is completed. 521 South Gulfview Boulevard (Entrada)30 344 3.908 88.02 314 N/A 6/19/2014 Constructed 5/24/2015 HDA2014-04002 / FLD2013-11038 / FLD2014-06019 site plan as related to HDA214-04002 approved as part of FLD2013-11038. New site plan approval request to accommodated approved units as part of the HDA - FLD2014-06019 - approved; BCP2014-11452 issued 08/07/2015; Permit Status is completed. 650 Bay Esplanade (DeNunzio Hotel)55 102 0.95 107.37 47 6/18/2013 7/19/2013 Constructed 6/23/2017 DVA2013-02001 / FLS2013-02006 Per 6.1.3.2 of the DVA - The Developer shall obtain permits and commenced construction on the development within four (4) years from the effective date of this Agreement (approx 7/19/17). BCP2015-10210 - issued 12/10/2015 and is Completed; BCP2016-01459 - issued 03-29-2016 and is Completed. Total Rooms Allocated from Reserve 463 Address of Receiving Property Rooms Allocated Total Rooms Proposed Acreage Units / Acre Rooms per Base Density CDB Meeting City Council Approval Site Plan Approval Needed by Final Project Expiration Case Number Notes 443 East Shore Drive (Courtyard by Marriott)139 110.32 6/19/2012 7/19/2012 5/26/2019 5/26/2019 FLD2012-03008 / DVA2012-03001 FLD2012-03008 approved; time extension granted 10-10-2018: site plan expiration is 09-19-2020; BCP2014-08618 issued 08/13/2015; Permit Status is Active. Two TDR applications filed on 10-03-2018 (TDR2018-10002 and 10001) which will transfer five hotel units to the site. The total propsoed room count has been updated to include these units. An amendment to the original Development Agreement (listed to the left and given the case file number of HDA2012-03001A) was also submitted as was as an amendment to the approved FLD application (noted to the left and given the case file number of FLD2012-03008A). 443 East Shore Drive (Courtyard by Marriott) 1st amendment 144 114.29 12/18/2019 1/17/2019 1/17/2020 1/17/2020 FLD2012-03008A Site plan approved; see comments above for permitting and other information. 325 South Gulfview Boulevard (Parcel A)100 180 1.60 112.50 80 N/A 6/4/2014 1/4/2021 1/4/2021 HDA2013-08004 / FLD2014-12034 FLD2014-12034 approved; time extension granted 10-10-2018: site plan expiration is 12-27-2022; BCP not submitted as of 05-28-2019 353 Coronado Drive (Parcel B) (345 Coronado)96 144 0.962 149.69 48 N/A 6/19/2014 6/14/2020 6/14/2020 HDA2013-08005 / FLD2015-02005 FLD2015-02005 approved; time extension granted 10-10-2018: site plan expiration is 02-12-2021; BCP2019-040024 submitted 04-01-2019 405 Coronado Drive (Parcel C)100 166 1.32 125.76 66 N/A 9/18/2014 12/12/2021 12/12/2021 HDA2013-08006 / FLD2015-05016 FLD2015-05016 approved; time extension granted 11-15-2017; site plan expiration is 02-10-2022; BCP not submitted as of 05-28-2019 401 (421) South Gulfview Boulevard (Alanik)9/18/2014 9/18/2015*9/18/2015*HDA2014-06004 401 (421) South Gulfview Boulevard (Alanik) 1st Amendment 8/20/2015 8/16/2021 8/16/2021 HDA2015-06001/FLD2015-09036 401 (421) South Gulfview Boulevard (Alanik) 2nd Amendment 248 2.146 114.00 107 N/A TBD TBD TBD HDA2015-06001A The amendment has gone to DRC on 08-01-2019 and is currently in review; The amendment to the FLD application has not been submitted. 40 Devon Drive (Sea Captain)10/15/2014 2/8/2021 2/8/2021 HDA2014-07004 / FLD2015-02006 FLD2015-02006 approved; time extension granted 07-31-2017; site plan expiration is 02-08-2021; BCP not submitted as of 05-28-2019. 40 Devon Drive (Sea Captain) 1st Amendment TBD TBD TBD HDA2014-07004A / FLD2015-02006A The amendment includes a minor amendment to the hotel building essentially lowering the overall height and adding a detached dwelling on the portion of the site withinthe LMDR District. 630 South Gulfview Boulevard (Captain Bligh)100 159 1.19 133.61 59 N/A 11/20/2014 11/28/2018 11/28/2018 HDA2014-08007 / FLD2015-02004 FLD2015-02004 approved; time extension granted 11-27-2018; site plan expiration is 02-27-2022; BCP not submitted as of 05-28-2019 691 S. Gulfview Boulevard (the Views)92 202 1.35 149.97 67 N/A 10/16/2013 10/22/2021 10/22/2021 HDA2013-08001 / FLD2013-08028 FLD2013-08028 approved; time extension granted 02-09-2018; site plan expiration is 10-22-2021; BCP not submitted as of 05-28-2019 715 South Gulfview Boulevard 93 208 2.313 89.93 115 N/A 2/20/2014 2/20/2022 2/20/2022 HDA2013-12008 / FLD2014-11031 FLD2014-11031 approved; time extension granted 12-29-2017; site plan expiration is 02-22-2022; BCP not submitted as of 05-28-2019 355 South Gulfview Boulevard 59 88 0.59 149.15 29 N/A 7/20/2017 7/20/2018 12/7/2020 HDA2017-04001 / FLD2017-07012 / APP2017-00001 BCP2019-040435 submitted 04-12-2019; status: in review FLD2015-09036 approved; time extension granted 12-29-2017; site plan expiration is 08-16-2021; BCP not submitted as of 05-28-2019 * The applicant changed the site plan amending the Dev. Agrmt. resulting in a new site plan approval reqm't and Dev. Agrmt expiration dates. HOTEL DENSITY RESERVE PROJECTS - APPROVED HOTEL DENSITY RESERVE PROJECTS - UNDER CONSTRUCTION / CONSTRUCTED N/A98117.001.953227 71 1.26 68 N/A32148.700.6599866 100 657 Bay Esplanade 10 27 0.35 77.14 17 8/14/2018 9/11/2018 9/11/2019 9/11/2019 HDA2018-04001 / FLD2018-05012 The original HDA (HDA2016-09001) expired and the 10 units were retunred to the Reserve. The same applicant has resubmitted their application at this address and is therefore listed twice in this sheet, once in this line item and once under units returned to the reserve, below. 850 Bayway 27 60 0.661 90.77 33 N/A 2/7/2019 2/7/2020 2/7/2020 HDA2018-10002 BCP not submitted as of 04-15-0219 405/408/409/411 East Shore Drive 8 75 1.11 67.57 55.5 N/A 7/18/2019 7/18/2020 7/18/2020 HDA2019-03001 Total Rooms Allocated from Reserve 922 Address of Receiving Property Rooms Allocated Total Rooms Proposed Acreage Units / Acre Rooms per Base Density CDB Meeting City Council Approval Site Plan Approval Needed by Final Project Expiration Case Number Notes Total Rooms Pending Allocation 0 Total Rooms in Reserve 1,385 Total Rooms Allocated from Reserve 1,385 Total Rooms Pending Allocation 0 Total Remaining For Allocation 0 Address of Receiving Property Rooms Allocated Total Rooms Proposed Acreage Units / Acre Rooms per Base Density CDB Meeting City Council Approval Site Plan Approval Needed by Final Project Expiration Case Number Notes 706 Bayway 15 32 0.349 91.69 17 N/A 11/20/2014 11/20/2015 11/20/2015 HDA2014-08006 / FLD2015-06025 FLD2015-06025 approved on 09-15-15; BCP2016-03372 - submitted 03-15- 2016 / BCP2015-12534 - submitted 12/29/2015; both permits in void status. Current permit BCP2017-04049 references FLD2016-12039 which is for Resort Attached Dwellings. HDA Termination pending - scheduled for Council July 20 and August 3, 2017; removed from top two tables; does not count towards rooms allocated. 625 South Gulfview Boulevard 69 103 0.69 149.28 64 N/A 12/4/2013 11/20/2015 12/4/2016 HDA2013-08007 Agreement terminated; removed from top two tables; does not count towards rooms allocated. 657 Bay Esplanade 10 27 0.35 77.14 17 N/A 3/2/2017 3/9/2018 3/9/2018 HDA2016-09001 FLD/FLS application not submitted as of 03-23-2018; does not count towards rooms allocated. 10 Bay Esplanade 35 TBD 1.16 TBD 58 N/A TBD TBD TBD HDA2017-12002 withdrawn by applicant via email - 10-01-2018 (technically these units were never allocated but are listed here since a case number was created) Total Rooms Returned 129 HOTEL DENSITY RESERVE UNITS RETURNED TO THE RESERVE HOTEL DENSITY RESERVE PROJECTS - PENDING Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9304-19 2nd rdg Agenda Date: 9/5/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9304-19 on second reading, vacating the east 1.5 feet of a platted 30 foot drainage easement lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6, Brookhill Terrace, as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 1 Ord. No. 9304-19 ORDINANCE NO. 9304-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE EAST 1.5’ OF A PLATTED 30’ DRAINAGE EASEMENT, LYING OVER THAT PORTION OF PROPERTY DESCRIBED IN OFFICIAL RECORDS BOOK 10868, PAGE 781, ALSO BEING A PORTION OF LOT 6, BROOKHILL TERRACE, AS RECORDED IN PLAT BOOK 49, PAGE 14, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA: PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A”, attached hereto and incorporated herein, has requested that the City vacate a portion said easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: A portion of easement described as follows: See Exhibit “A” is hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. 2 Ord. No. 9304-19 PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ________________________________________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk EUNICE LANE(Right-of-Way Varies)Brookhill Terrace Plat Book 49, Page 14 Lot 6 Lot 7 Lot 530' Drainage EasementPB 49, PG 14OR 10868, PG 781 A Proposed Easement Vacation described as follows: The East 1.5' of a platted 30' Drainage Easement lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6 of Brookhill Terrace as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida. CITY OF CLEARWATER ENGINEERING DEPARTMENT DRAWN BY CHECKED BY DATE DRAWN SEC-TWNSP-RNG DWG. NO.SHEET OFExhibit "A" Proposed Drainage Easement Vacation 1572 Eunice LaneJAB 07/08/19 Lgl_2019-13 1 1 23 29 S 15 E Legal Description BELLEAIR RD EUNICE LN 14301570 15691595 1587 1579 1580 1594 1582 1595 1571 1592 1588 1587 1596 1597 1576 15831591 1583 1575 1591 1572 AERIAL MAP Proposed Vacation1.5' Drainage Easement Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Proposed Drainage Easement Vacation1572 Eunice Ln.Parcel Number: 23-29-15-11880-000-0060 Document Path: V:\GIS\Engineering\Location Maps\1572 Eunice Ln.mxd ² N.T.S.Scale: Page 1 of 1Aerial Flown 2019 Date:7/11/2019RBReviewed By:23-29s-15eS-T-R:315AGrid #:WDMap Gen By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9305-19 2nd rdg Agenda Date: 9/5/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9305-19 on second reading, amending the Clearwater Code of Ordinances, Appendix A, Schedule of Fees, Rates, and Charges, Article XXIV, Public Works - Fees, Rates, and Charges, Section (3)(E) Stormwater Management Utility Rates. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 ORDINANCE NO. 9305-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CLEARWATER CODE OF ORDINANCES, APPENDIX A, SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV,PUBLIC WORKS-FEES,RATES AND CHARGES, SECTION (3)(E)STORMWATER MANAGEMENT UTILITY RATES; PROVIDING AN EFFECTIVE DATE. WHEREAS, pursuant to the 2019 Stantec Consulting Services’ Stormwater Revenue Sufficiency Analysis, the City’s Engineering Department (the Department) determines that due to current capital and operating cost projections, the previously adopted .50% rate increase for 10/01/2019 can be changed to an 8.5% decrease in rates in year 2020, and with years 2021 and 2022 receiving 0% rate increases; and WHEREAS, this ordinance reflects such proposed rate changes; and NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA THAT: Section 1. Appendix A, Article XXIV Public Works--Fees, Rates, and Charges, Section (3)(e) Stormwater Management Utility Rates, Clearwater Code of Ordinances be amended by adding the underlined language and deleting the stricken language as follows: XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (3) Rates: ********* (e) Stormwater management utility rates. The stormwater management utility rates shall be based upon the revenue requirements for the construction, administration, management, engineering, operation and maintenance of the stormwater management system, and the adopted capital improvement program funding needs of the system. For the purpose of these rates, the terms shall have the meanings set forth in section 32.242 or, if not defined in section 32.242, in sections 32.002 or 1.02. [A04-01311 /204642/2]Ordinance 9305-19 1.Basic rate. The rate per month for one equivalent residential unit or ERU shall be established as specified below and shall be effective for bills issued on or after the dates indicated: Effective 10/1/17 19 10/1/18 20 10/ 1/19 21 Per ERU $14.72 $ 14.79 $ 14.86 $13.40 $ 13.40 $ 13.40 ********* Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form:Attest: Michael Fuino Assistant City Attorney Rosemarie Call City Clerk [A04-01311 /204642/2]2 Ordinance 9305-19 City of Clearwater, FL Stormwater Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan = 0.50% each year thru FY 2022 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop rate plans as needed Interactive model & decision support Overview of the Process INPUTS Historical Financial Data Customer & Demand Forecast Capital & Operating Plans Policy Considerations Regulatory Requirements OUTPUTS Revenue & Operating Cost Forecast Capital Funding Plan & New Debt Reserves, Debt Coverage, KPI’s Rate Adjustment Requirements Customer Impacts FINANCIAL MANAGEMENT PLAN Interactive Model & Decision Support FAMS-XL Key Assumptions No future grant receipts although staff will continue to pursue No sizable costs stemming from regulations Retirement of 2014 Series Bonds in FY 2020 and 2013 Series Bonds in FY 2022 Key Financial Performance Targets Sufficient Operating Reserves (6 Mo. O&M) Indicative of financially strong utility per rating agencies Maintaining Sufficient Debt Coverage (1.5x) Indicative of financially strong utility per rating agencies Debt Service Coverage Net Income Debt Service Expense Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 OPTION 1 Rate Adjustment -8.5%0.5%0.5%0.5%0.5% Monthly Bill $13.40 $13.47 $13.54 $13.61 $13.68 $ Change -$1.25 $0.07 $0.07 $0.07 $0.07 OPTION 2 Rate Adjustment -8.5%0.0%0.0%1.0%1.0% Monthly Bill $13.40 $13.40 $13.40 $13.53 $13.67 $ Change -$1.25 $0.00 $0.00 $0.13 $0.14 Recommendation is to update rate adjustments for current plan thru FY 2022 only and then adopt new plan in the future FY 19 & FY 20 Residential Stormwater BillLocal Cost Comparison Recommendations Summary •Amend rate ordinance thru FY 2022 •Either Option (1 or 2) Both have 8.50% rate reduction in FY 2020 Both ensure adequate reserve balances Both ensure debt coverage > 2.0x •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements Questions & Discussion City of Clearwater, FL Stormwater Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan = 0.50% each year thru FY 2022 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop rate plans as needed Interactive model & decision support Overview of the Process INPUTS Historical Financial Data Customer & Demand Forecast Capital & Operating Plans Policy Considerations Regulatory Requirements OUTPUTS Revenue & Operating Cost Forecast Capital Funding Plan & New Debt Reserves, Debt Coverage, KPI’s Rate Adjustment Requirements Customer Impacts FINANCIAL MANAGEMENT PLAN Interactive Model & Decision Support FAMS-XL Key Assumptions No future grant receipts although staff will continue to pursue No sizable costs stemming from regulations Retirement of 2014 Series Bonds in FY 2020 and 2013 Series Bonds in FY 2022 Key Financial Performance Targets Sufficient Operating Reserves (6 Mo. O&M) Indicative of financially strong utility per rating agencies Maintaining Sufficient Debt Coverage (1.5x) Indicative of financially strong utility per rating agencies Debt Service Coverage Net Income Debt Service Expense Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 OPTION 1 Rate Adjustment -8.5%0.5%0.5%0.5%0.5% Monthly Bill $13.40 $13.47 $13.54 $13.61 $13.68 $ Change -$1.25 $0.07 $0.07 $0.07 $0.07 OPTION 2 Rate Adjustment -8.5%0.0%0.0%1.0%1.0% Monthly Bill $13.40 $13.40 $13.40 $13.53 $13.67 $ Change -$1.25 $0.00 $0.00 $0.13 $0.14 Recommendation is to update rate adjustments for current plan through FY 2022 only and then adopt new plan in the future FY 19 & FY 20 Residential Stormwater BillLocal Cost Comparison Recommendations Summary •Amend rate ordinance thru FY 2022 •Either Option (1 or 2) Both have 8.50% rate reduction in FY 2020 Both ensure adequate reserve balances Both ensure debt coverage > 2.0x •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements Questions & Discussion City of Clearwater, FLStormwater Revenue Sufficiency Analysis Financial Planning& Rate-Setting HistoryCity’s practice – adopt multi-year rate plansCurrent approved plan = 0.50% each year through FY 2022City conducts annual or bi-annual revenue sufficiency studies for all its utility fundsValidate, revise, and/or develop rate plans as neededInteractive model & decision support Overview of the ProcessINPUTSHistorical Financial DataCustomer & Demand ForecastCapital & Operating PlansPolicy ConsiderationsRegulatory RequirementsOUTPUTSRevenue & Operating Cost ForecastCapital Funding Plan & New DebtReserves, Debt Coverage, KPI’sRate Adjustment RequirementsCustomer ImpactsFINANCIAL MANAGEMENT PLANInteractive Model & Decision Support FAMS-XL Key AssumptionsNo future grant receipts although staff will continue to pursue No sizable costs stemming from regulationsRetirement of 2014 Series Bonds in FY 2020 and 2013 Series Bonds in FY 2022 Key Financial Performance TargetsSufficient Operating Reserves (6 Mo. O&M)Indicative of financially strong utility per rating agenciesMaintaining Sufficient Debt Coverage (1.5x)Indicative of financially strong utility per rating agenciesDebt Service CoverageNet IncomeDebt Service Expense Financial Plan SummaryFinancial PlanFiscal YearFY 2020 FY 2021 FY 2022FY 2023 FY 2024Rate Adjustment -8.5% 0.0% 0.0% 1.0% 1.0%Monthly Bill $13.40 $13.40 $13.40 $13.53 $13.67$ Change -$1.25 $0.00 $0.00 $0.13 $0.14Recommendation is to update rate adjustments for current plan through FY 2022 only and then adopt new plan in the future FY 19 & FY 20 Residential Stormwater BillLocal Cost Comparison Recommendations Summary•Amend rate ordinance through FY 2022•Financial Management Plan as presented:Ensures adequate reserve balancesEnsures debt coverage > 2.0x•Annual or bi-annual updates so necessary changes can be made to Financial PlanDriven by:updated revenue and expense datachanges in economic conditionscontractual service costsregulatory requirements 2020 Utility Bill Impact AnalysisTypical Single-Family Residential Monthly Utility Bill3,000 gallons of water & sewer volumeFY 19 FY 20 $ Change % ChangeDomestic Water $22.29 $23.18 $0.89 4.0%Sewer 30.66 31.89 1.23 4.0%Solid Waste 28.80 29.88 1.08 3.75%Recycling 2.92 3.03 0.11 3.75%Stormwater 14.65 13.40 -1.25 -8.50%10% Utility Tax on Water2.23 2.32 0.09 4.0%Total $101.55 $103.70 $2.15 2.12% Questions & Discussion Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9306-19 2nd rdg Agenda Date: 9/5/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 8.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9306-19 on second reading, vacating the north portion of a 50 foot right-of-way of Meadow Lark Lane (Also known as Meadowlark Lane) in revised map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying south of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet south of the East/West centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot portion previously vacated as recorded in Official Records Book 19332, Page 1499, of the Public Records of Pinellas County, Florida. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 [RE15-1313-080/237838/1]1 Ord. No. 9306-19 ORDINANCE NO. 9306-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE NORTH PORTION OF A 50 FOOT RIGHT-OF-WAY OF MEADOW LARK LN (ALSO KNOWN AS MEADOWLARK LN) IN REVISED MAP, TOWN OF BAY VIEW, AS RECORDED IN PLAT BOOK H6, PAGE 23, OF THE PUBLIC RECORDS OF HILLSBOROUGH COUNTY, FLORIDA, OF WHICH PINELLAS COUNTY WAS ONCE A PART; LYING SOUTH OF GULF TO BAY BOULEVARD (STATE ROAD 60) AND NORTH OF A LINE LOCATED PARALLEL AND 330 FEET SOUTH OF THE EAST/WEST CENTERLINE OF SECTION 16, TOWNSHIP 29 SOUTH, RANGE 16 EAST, ALSO BEING THE CENTERLINE OF GULF TO BAY BOULEVARD (STATE ROAD 60); LESS THE 25 FOOT-WIDE PORTION PREVIOUSLY VACATED AS RECORDED IN OFFICIAL RECORDS BOOK 19332, PAGE 1499 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA: PROVIDING AN EFFECTIVE DATE. WHEREAS, the City, owner in fee title of real property described and depicted in Exhibit “A”, attached hereto and incorporated herein, finds it appropriate to vacate said right-of-way with no effect upon said fee interest; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said right-of-way is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: The right-of-way described as follows: See Exhibit “A” [RE15-1313-080/237838/1]2 Ord. No. 9306-19 is hereby vacated, closed and released, subject to the City of Clearwater’s fee interest in the underlying land, which is expressly reserved and unaffected by this vacation. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ________________________________________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk MEADOW LARK LANE(50' Right-of -Way)BAYVIEW AVENUE(Right -of -Way Var ies) COUN T Y R O A D 3 1 (Righ t - o f - W a y V a r i e s ) GULF TO BAY BOULEVARD (State Road 60) (Right-of-Way Varies) Vacate d 5 0 ' R i g h t - o f - W a y O.R. B o o k 4 2 5 1 , P a g e 1 5 3 Vacated 25 ' R igh t -o f -WayO.R . Book 19332 , Page 1499 Vacat e d R i g h t - o f - W a y O.R. B o o k 9 1 4 4 , P a g e 5 7 5 & O.R Bo o k 9 1 5 4 , P a g e 2 7 5 Vacat e d R i g h t - o f - W a y O.R. B o o k 9 7 6 2 , P a g e 1 8 7 2 Lot 1 Lot 2 Lot 3 Lot 4 Lot 1 Lot 2 Lot 3 Lot 4 Lot 3 Lot 2 South Right-of-Way Myron A. Smith's Bay View Subdivision Plat Book 25, Page 57 Town O f B a y V i e w Plat Bo o k H 6 , P a g e 2 3 Lot 1 Lot 1 Lot 3 Lot 2 Lot 2 Block 5 Block 6 Block 3 Block 7 Tract A Block 8 East/West Centerline of Section 16-29-16 and also being the centerline of Gulf to Bay Boulevard 32/01 32/02 Lot 1 Lot 4 CITY OF CLEARWATER UNINCORPORATED PINELLAS COUNTY REQUESTED VACATION A Right-of-Way vacation described as follows: The North portion of the 50 foot Right-of-Way of Meadow Lark Lane (also known as Meadowlark Lane) in Revised Map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying South of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet South of the the East/West Centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot wide portion previously vacated as recorded in Official Records Book 19332., Page 1499 of the Public Records of Pinellas County, Florida. Legal Description CITY OF CLEARWATER ENGINEERING DEPARTMENT DRAWN BY CHECKED BY DATE DRAWN SEC-TWNSP-RNG DWG. NO.SHEET OF50 Foot Right-of-Way Vacation at Meadow Lark Lane (Also Known as Meadowlark Lane)Justin Sepanski Tom Mahony 06/27/2019 Lgl_2019-11 1 1 16 29 S 16 E Bayview Park CR 31 GULF-TO-BAY BLVD BAY V I EW AVE MEADOW LARK LN Document Path: V:\GIS\Engineering\Location Maps\MeadowLarkLnVacation.mxd ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page 1 of 1Aerial Flown 2019 Date:7/11/2019 Proposed Vacation Meadow Lark Ln. 301AGrid #:16-29s-16eS-T-R:WDMap Gen By: AERIAL MAP RBReviewed By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9307-19 2nd rdg Agenda Date: 9/5/2019 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 8.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9307-19 on second reading, amending the Clearwater Code of Ordinances - Appendix A, Schedule of Fees, Rates and Charges, Article XXV, Public Works - Fees, Rates, and Charges, Sections (3)(C) Solid Waste Collection Rates, (3)(D), Recycling and (5) Other Miscellaneous Charges. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 ORDINANCE NO. 9307-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CLEARWATER CODE OF ORDINANCES - APPENDIX A, SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXV, PUBLIC WORKS-FEES, RATES AND CHARGES, SECTIONS (3)(C) SOLID WASTE COLLECTION RATES, (3)(D) RECYCLING, AND (5) OTHER MISCELLANEOUS CHARGES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Solid Waste/General Services Department (the Department) desires to comply with the 2019 Stantec Consulting Services Inc. Revenue Sufficiency Analysis rate recommendations and to establish fair and reasonable fees, rates and service charges based on the cost to serve the various classes of customers, as detailed by the proposed changes to Appendix A, Schedule of Fees, Rates, and Charges, Article XXV, Public Works Fees, Rates, and Charges, Sections (3)(c) through (5)(b)(ii)(7) of this ordinance; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Appendix A, Schedule of Fees, Rates, and Charges, Article XXIV Public Works--Fees, Rates, and Charges, Section (3)(c) Solid Waste Collection Rates be amended by adding the underlined language and deleting the stricken language as follows: XXV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (3) Rates: ********* (c) Solid waste collection rates. 1. Effective January 11, 2016, solid waste collection in prescribed containers will be once weekly. a. Single-family, multiple-family dwellings, and commercial buildings unable to have commercial container service: (i) Curbside pickup: One residential refuse container will… Ordinance No. 9307-19 2 Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 Each living unit, minimum $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 Each additional container (multiple- family, commercial, or refusal of assessment) 24.869.88 25.7931.00 26.7632.16 27.7633.37 28.8034.62 Each additional container (single- family with assessment) 7.468.96 7.749.30 8.039.65 8.3310.01 8.6410.39 (ii) Side or rear yard... Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 Each living unit $49.7259.76 $51.5862.00 $53.5264.32 $55.5266.74 $57.6069.24 Each additional container 17.3620.92 18.0521.70 18.7322.51 19.4323.36 20.1624.23 Ordinance No. 9307-19 3 (iii) Base charge: ... Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 Each account, minimum $8.289.96 $8.6010.33 $8.9210.72 $9.2511.12 $9.6011.54 (iv) Service outside of the municipal ... b. Motels, apartment motels, ... (i) Curbside pickup: First living unit, minimum Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 All additional living units, per unit Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $13.034.94 $12.905.50 $13.386.08 $13.886.69 $14.407.31 (ii) Side or rear yard premium service: First living unit, minimum Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $49.7259.76 $51.5862.00 $53.5264.32 $55.5266.74 $57.6069.24 Ordinance No. 9307-19 4 All additional living units, per unit Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 c. Motels, apartment motels, or apartments … d. Commercial buildings of … (i) Residential refuse container service: … Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 (ii) Residential refuse container service: Side or rear yard premium service, per container Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $49.7259.76 $51.5862.00 $53.5264.32 $55.5266.74 $57.6069.24 2. Monthly charges for daily commercial (except Saturday, Sunday and holidays) collection for solid waste in prescribed containers (no larger than 32 gallons with maximum weight of 50 pounds). a. Curbside pickup: (i) Per container Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $65.0578.20 $67.4981.13 $70.0284.17 $72.6587.33 $75.3790.60 Ordinance No. 9307-19 5 (ii) Each additional container, each day Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $3.61 $3.1175 $3.2389 $3.354.04 $3.484.19 b. Side or rear yard premium service: (i) Per container: Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $130.1056.40 $134.9862.26 $140.0468.34 $145.3074.66 $150.7481.20 (ii) Each additional container, each day Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $7.22 $6.227.50 $6.467.78 $6.708.08 $6.968.38 c. Commercial containers: (i) Uncompacted commercial: Fiscal Year 201520 Effective Date 10/1/201419 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $63.8376.71 $115.75139.14 $166.11199.69 $229.44275.81 $303.30364.59 $440.34529.32 $504.19606.10 2 115.82139.23 211.56254.31 307.31369.41 423.13508.64 563.27677.10 828.56996.02 944.371,135.22 3 149.81180.09 273.73329.04 397.64478.00 547.53658.18 728.84876.14 1,072.161,288.84 1,241.951,468.89 4 179.95216.32 331.98399.07 484.05581.87 668.03803.05 890.561,070.55 1,311.871,577.00 1,491.821,793.32 5 180.25216.68 360.43433.27 540.65649.90 758.64911.96 1,022.411,229.04 1,521.731,829.26 1,701.942,045.91 6 243.36292.54 451.71543.00 660.09793.48 912.161,096.51 1,326.691,594.81 1,794.482,157.14 2,037.842,449.68 8 307.25369.34 572.00687.59 836.771,005.89 1,157.061,390.91 1,544.571,856.72 1,857.752,233.21 2,154.142,589.49 Ordinance No. 9307-19 6 Fiscal Year 201621 Effective Date 10/1/201520 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $66.2179.59 $120.09144.36 $172.34207.18 $238.04286.15 $314.67378.26 $456.85549.17 $523.10628.83 2 120.16144.45 219.49263.85 318.83383.26 439.00527.71 584.39702.49 859.631,033.37 979.781,177.79 3 155.43186.84 283.99341.38 412.55495.93 568.06682.86 756.17909.00 1,112.371,337.17 1,267.771,523.97 4 186.70224.43 344.43414.04 502.20603.69 693.08833.16 923.961,110.70 1,361.071,636.14 1,547.761,860.57 5 187.01224.81 373.95449.52 560.92674.27 787.09946.16 1,060.751,275.13 1,578.791,897.86 1,765.762,122.63 6 252.49303.51 468.65563.36 684.84823.24 946.371,137.63 1,376.441,654.62 1,861.772,238.03 2,114.262,541.54 8 318.77383.19 593.45713.37 868.151,043.61 1,200.451,443.07 1,602.491,926.35 1,927.422,316.96 2,234.922,686.60 Fiscal Year 201722 Effective Date 10/1/201621 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $68.6982.57 $124.59149.77 $178.80214.95 $246.97296.88 $326.47392.44 $473.98569.76 $542.72652.41 2 124.67149.87 227.72273.74 330.79397.63 455.46547.50 606.30728.83 891.871,072.12 1,016.521,221.96 3 161.26193.85 294.64354.18 428.02514.53 589.36708.47 784.53943.09 1,154.081,387.31 1,315.311,581.12 4 193.70232.85 357.35429.57 521.03626.33 719.07864.40 958.611,152.35 1,412.111,697.50 1,605.801,930.34 5 194.02233.24 387.97466.38 581.95699.56 816.61981.64 1,100.531,322.95 1,637.991,969.03 1,831.982,202.23 6 261.96314.89 486.22584.49 710.52854.11 981.861,180.29 1,428.061,716.67 1,931.592,321.96 2,193.542,636.85 8 330.72397.56 615.70740.12 900.711,082.75 1,245.471,497.19 1,662.581,998.59 1,999.702,403.85 2,318.732,787.35 Fiscal Year 201823 Effective Date 10/1/201722 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $71.2785.67 $129.26155.39 $185.51223.01 $256.23308.01 $338.71407.16 $491.75591.13 $563.07676.88 2 129.35155.49 236.26284.01 343.19412.54 472.54568.03 629.04756.16 925.321,112.32 1,054.641,267.78 3 167.31201.12 305.69367.46 444.07533.82 611.46735.04 813.95978.46 1,197.361,439.33 1,364.631,640.41 4 200.96241.58 370.75445.68 540.57649.82 746.04896.82 994.561,195.56 1,465.061,761.16 1,666.022.002.73 5 201.30241.99 402.52483.87 603.77725.79 847.231.018.45 1,141.801,372.56 1,699.412,042.87 1,900.682,284.81 6 271.78326.70 504.45606.41 737.16886.14 1,018.681,224.55 1,481.611,781.05 2,004.022,409.03 2,275.802,735.73 8 343.12412.47 638.79767.87 934.491,123.35 1,292.181,553.33 1,724.932,073.54 2,074.692,493.99 2,405.682,891.88 Fiscal Year 201924 Effective Date 10/1/201823 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $73.9488.88 $134.11161.22 $192.47231.37 $265.84319.56 $351.41422.43 $510.19613.30 $584.19702.26 2 134.20161.32 245.12294.66 356.06428.01 490.26589.33 652.63784.52 960.021,154.03 1,094.191,315.32 Ordinance No. 9307-19 7 3 173.58208.66 317.15381.24 460.72553.84 634.39762.60 844.471,015.15 1,242.261,493.30 1,415.801,701.93 4 208.50250.64 384.65462.39 560.84674.19 774.02930.45 1,031.861,240.39 1,520.001,827.20 1,728.502.077.83 5 208.85251.06 417.61502.02 626.41753.01 879.001.056.64 1,184.621,424.03 1,763.142,119.48 1,971.962,370.49 6 281.97338.94 523.37629.15 764.80919.37 1,056.881,270.47 1,537.171,847.84 2,079.172,499.37 2,361.142,838.32 8 355.99427.94 662.74796.67 969.531,165.48 1,340.641,611.58 1,789.612,151.30 2,152.492,587.51 2,495.893,000.33 (ii) No new one-yard commercial containers shall be provided after January 3, 1991. EXTRA DUMP CHARGES (Collection charge for picking up an uncompacted container over the stated times per week, per collection.) Fiscal Year 201520 201621 201722 201823 201924 Effective Date 10/01/201419 10/01/201520 10/01/201621 10/01/201722 10/01/201823 Size (Cubic Yard) 1 $14.737.70 $15.288.36 $15.859.05 $16.449.76 $17.0620.50 2 26.7232.12 27.7233.32 28.7634.57 29.8435.87 30.967.22 3 34.5741.57 35.8743.13 37.2244.75 38.6246.43 40.0748.17 4 41.529.92 43.0851.79 44.7053.73 46.3855.74 48.1257.83 5 41.6050.01 43.1651.89 44.7853.84 46.4655.86 48.2057.95 6 56.1667.52 58.2770.05 60.4672.68 62.7375.41 65.0878.24 8 70.9185.24 73.5788.44 76.3391.76 79.1995.20 82.1698.77 (iii) Compacted commercial: Fiscal Year 201520 Effective Date 10/1/201419 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $135.54162.93 $271.06325.84 $406.55488.72 $570.53685.83 $768.89924.28 $1,144.371,375.63 $2,124.682,554.08 2 231.70278.52 463.40557.06 695.07835.55 975.381,172.51 1,314.491,580.14 1,956.442,351.84 2,321.572,790.75 3 327.89394.17 655.73788.25 983.561,182.34 1,380.211,659.15 1,860.082,236.00 2,768.503,328.01 3,284.893,948.77 4 424.12509.83 848.211,019.63 1,272.311,529.44 1,785.382,146.20 2,406.132,892.40 3,581.224,304.99 4,249.655,108.50 6 616.37740.93 1,232.721,481.86 1,849.072,222.77 2,594.713,119.10 3,496.864,203.57 5,204.636,256.48 6,176.107,424.29 8 808.68972.12 1,617.391,944.26 2,426.042,916.35 3,404.434,092.46 4,588.055,515.29 5,518.316,633.57 7,366.318,855.04 Fiscal Year 201621 Effective Date 10/1/201520 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $140.62169.04 $281.22338.06 $421.80507.05 $591.92711.55 $797.72958.94 $1,187.281,427.22 $2,204.362,649.86 2 240.39288.96 480.78577.95 721.14866.88 1,011.961,216.48 1,363.781,639.40 2,029.812,440.03 2,408.632,895.40 Ordinance No. 9307-19 8 3 340.19408.95 680.32817.81 1,020.441,226.68 1,431.971,721.37 1,929.832,319.85 2,872.323,452.81 3,408.074,096.85 4 440.02528.95 880.021,057.87 1,320.021,586.79 1,852.332,226.68 2,496.363,000.87 3,715.524,466.43 4,409.015,300.07 6 639.48768.71 1,278.951,537.43 1,918.412,306.12 2,692.013,236.07 3,627.994,361.20 5,399.806,491.10 6,407.707,702.70 8 839.011,008.57 1,678.042,017.17 2,517.023,025.71 3,532.104,245.93 4,760.105,722.11 5,725.256,882.33 7,642.559,187.10 Fiscal Year 201722 Effective Date 10/1/201621 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $145.89175.38 $291.77350.74 $437.62526.06 $614.12738.23 $827.63994.90 $1,231.801,480.74 $2,287.022,749.23 2 249.40299.80 498.81599.62 748.18899.39 1,049.911,262.10 1,414.921,700.88 2,105.932,531.53 2,498.953,003.98 3 352.95424.29 705.83848.48 1,058.711,272.68 1,485.671,785.92 2,002.202,406.84 2,980.033,582.29 3,535.874,250.48 4 456.52548.79 913.021,097.54 1,369.521,646.29 1,921.792,310.18 2,589.973,113.40 3,854.854,633.92 4,574.355,498.82 6 663.46797.54 1,326.911,595.08 1,990.352,392.60 2,792.963,357.42 3,764.044,524.75 5,602.296,734.52 6,647.997,991.55 8 870.471,046.39 1,740.972,092.81 2,611.413,139.17 3,664.554,405.15 4,938.605,936.69 5,939.957,140.42 7,929.159,531.62 Fiscal Year 201823 Effective Date 10/1/201722 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $151.36181.96 $302.71363.89 $454.03545.79 $637.15765.91 $858.671,032.21 $1,277.991,536.27 $2,372.782,852.33 2 258.75311.04 517.52622.11 776.24933.12 1,089.281,309.43 1,467.981,764.66 2,184.902,626.46 2,592.663,116.63 3 366.19440.20 732.30880.30 1,098.411,320.41 1,541.381,852.89 2,077.282,497.10 3,091.783,716.63 3,668.474,409.87 4 473.64569.37 947.261,138.70 1,420.881,708.03 1,993.862,396.81 2,687.093,230.15 3,999.414,807.69 4,745.895,705.03 6 688.34827.45 1,376.671,654.90 2,064.992,482.32 2,897.703,483.32 3,905.194,694.43 5,812.386,987.06 6,897.298,291.23 8 903.111,085.63 1,806.262,171.29 2,709.343,256.89 3,801.974,570.34 5,123.806,159.32 6,162.707,408.19 8,226.499,889.06 Fiscal Year 201924 Effective Date 10/1/201823 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $157.04188.78 $314.06377.54 $471.06566.26 $661.04794.63 $890.871,070.92 $1,325.911,593.88 $2,461.762,959.29 2 268.45322.70 536.93645.44 805.35968.11 1,130.131,358.53 1,523.031,830.83 2,266.832,724.95 2,689.883,233.50 3 379.92456.71 759.76913.31 1,139.601,369.93 1,599.181,922.37 2,155.182,590.74 3,207.723,856.00 3,806.044,575.24 4 491.40590.72 982.781,181.40 1,474.161,772.08 2,068.632,486.69 2,787.863,351.28 4,149.394,987.98 4,923.865,918.97 6 714.15858.48 1,428.301,716.96 2,142.432,575.41 3,006.363,613.94 4,051.634,870.47 6,030.347,249.07 7,155.948,602.15 8 936.981,126.34 1,873.992,252.71 2,810.943,379.02 3,944.544,741.73 5,315.946,390.29 6,393.807,686.00 8,534.9810,259.90 EXTRA DUMP CHARGES (Collection charge for picking up an uncompacted container over the stated times per week, per collection.) Ordinance No. 9307-19 9 Fiscal Year 201520 201621 201722 201823 201924 Effective Date 10/01/201419 10/01/201520 10/01/201621 10/01/201722 10/01/201823 Size (Cubic Yard) 1 $31.287.60 $32.459.01 $33.6740.47 $34.9341.99 $36.2443.56 2 53.4864.29 55.4966.70 57.5769.20 59.7371.80 61.9774.49 3 75.6690.95 78.5094.36 81.4497.90 84.49101.57 87.66105.38 4 99.07119.09 102.7923.56 106.6428.19 110.6433.00 114.7937.99 6 142.57171.40 147.9277.83 153.4784.50 159.2391.42 165.2098.60 8 186.62224.34 193.62232.75 200.8841.48 208.4150.54 216.2359.94 3. The charge for the collection and disposal of loose trash or garbage shall be as specified below: a. Disposal fees will be charged to the customer at the current market rate (i.e., the same rate at which the city is charged). b. Time charges: Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 For time on the site, up to 15 minutes $57.0268.55 $59.1671.12 $61.3873.79 $63.6876.56 $66.0779.43 Each additional minute, after 15 minutes $3.794.55 $3.934.72 $4.084.90 $4.235.08 $4.395.27 4. Each single-family or multi-family dwelling… 5. Only city-owned waste receptacles, utilized by… (d) Recycling. 1. Recovered materials dealer annual application fee (effective 10/1/2007) .....$57.50 2. Curbside recycling: a. Monthly charges for curbside service for once-weekly collection for each living unit: Effective Ordinance No. 9307-19 10 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $2.523.03 $2.613.14 $2.713.26 $2.813.38 $2.923.51 b. Charge for replacement of… c. Special collection of recyclables... d. Service outside of the municipal limits... 3. Monthly charges for once-weekly collection of recyclables at each multi-family complex, per living unit: Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $1.882.26 $1.952.34 $2.022.43 $2.102.52 $2.182.61 4. Commercial recycling: a. Service with commercial container (uncompacted). i. Cardboard recycling: Fiscal Year 201620 Effective Date 10/1/201519 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $29.4934.18 $53.8862.44 $79.6092.23 $107.7824.87 $143.4666.22 3 38.1644.21 69.7180.76 101.2617.33 139.2561.34 185.63215.07 4 45.8453.11 84.5797.98 123.3042.86 170.1497.14 226.8462.84 6 61.9871.81 115.0633.31 168.1394.80 232.3369.19 310.0259.20 8 78.2690.67 145.7068.81 213.1246.93 294.70341.46 393.41455.83 Fiscal Year 201721 Effective Date 10/1/201620 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $30.605.46 $55.9064.78 $82.5995.69 $111.8229.55 $148.8472.45 Ordinance No. 9307-19 11 3 39.5945.87 72.3283.79 105.0621.73 144.4767.39 192.59223.14 4 47.5655.10 87.74101.65 127.9248.22 176.52204.53 235.3572.70 6 64.3074.50 119.3738.31 174.43202.11 241.0479.28 321.6572.67 8 81.1994.07 151.1675.14 221.1156.19 305.7554.26 408.1672.92 Fiscal Year 201822 Effective Date 10/1/201721 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $31.756.79 $58.0067.21 $85.6999.28 $116.0134.41 $154.4278.92 3 41.077.59 75.0386.93 109.0026.29 149.8973.67 199.81231.51 4 49.3457.17 91.03105.46 132.7253.78 183.14212.20 244.1882.93 6 66.7177.29 123.8543.50 180.97209.69 250.0889.75 333.7186.65 8 84.2397.60 156.8381.71 229.4065.80 317.2267.54 423.4790.65 Fiscal Year 201923 Effective Date 10/1/201822 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $32.948.17 $60.189.73 $88.90103.00 $120.3639.45 $160.2185.63 3 42.619.37 77.8490.19 113.0931.03 155.5180.18 207.3040.19 4 51.199.31 94.44109.41 137.7059.55 190.01220.16 253.3493.54 6 69.2180.19 128.4948.88 187.76217.55 259.46300.62 346.22401.15 8 87.39101.26 162.7188.52 238.0075.77 329.1281.32 439.35509.05 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $39.60 $72.34 $106.86 $144.68 $192.59 3 51.22 93.57 135.94 186.94 249.20 4 61.53 113.51 165.53 228.42 304.55 6 83.20 154.46 225.71 311.89 416.19 8 105.06 195.59 286.11 395.62 528.14 Ordinance No. 9307-19 12 ii.Mixed recycling (single stream) Fiscal Year 201620 Effective Date 10/1/201519 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $41.287.84 $75.4387.39 $111.4429.13 $150.8874.82 $200.8432.70 3 53.4261.90 97.60113.09 141.7664.26 194.96225.89 259.88301.11 4 64.1774.36 118.3937.18 172.61200.00 238.1975.98 317.5767.96 6 86.77100.53 161.0786.63 235.3872.73 325.2676.86 434.02502.89 8 109.5626.94 203.9736.33 298.36345.70 412.5878.03 550.77638.15 Fiscal Year 201721 Effective Date 10/1/201620 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $42.839.63 $78.2690.67 $115.6233.97 $156.5481.38 $208.3741.43 3 55.4264.22 101.2617.33 147.0870.42 202.2734.36 269.63312.40 4 66.5877.15 122.8342.32 179.08207.50 247.1286.33 329.4881.76 6 90.02104.30 167.1193.63 244.2182.96 337.4690.99 450.30521.75 8 113.6731.70 211.6245.19 309.5558.66 428.0595.96 571.42662.08 Fiscal Year 201822 Effective Date 10/1/201721 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $44.4451.49 $81.1994.07 $119.9638.99 $162.4188.18 $216.1850.48 3 57.5066.63 105.0621.73 152.6076.81 209.8643.15 279.74324.12 4 69.0880.04 127.4447.66 185.80215.28 256.3997.07 341.8496.08 6 93.40108.21 173.38200.89 253.3793.57 350.11405.65 467.19541.32 8 117.9336.64 219.5654.38 321.1672.11 444.10514.56 592.85686.91 Fiscal Year 201923 Ordinance No. 9307-19 13 Effective Date 10/1/201822 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $46.1153.42 $84.2397.60 $124.4644.20 $168.5095.24 $224.2959.87 3 59.6669.13 109.0026.29 158.3283.44 217.7352.27 290.23336.27 4 71.6783.04 132.2253.20 192.77223.35 266.00308.21 354.66410.93 6 96.90112.27 179.88208.42 262.87304.58 363.24420.86 484.71561.62 8 122.3541.76 227.7963.92 333.2086.06 460.75533.86 615.08712.67 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $55.42 $101.26 $149.61 $202.56 $269.62 3 71.72 131.03 190.32 261.73 348.88 4 86.15 158.95 231.73 319.77 426.34 6 116.48 216.24 316.00 436.64 582.68 8 147.08 273.82 400.54 553.88 739.40 b. Service with semi-automated carts: i.Cluster of 1, 2, 3 or 4 carts with once-weekly collection: Fiscal Year Beginning 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $32.288.80 $33.4940.26 $34.7541.77 $36.0543.34 $37.4044.97 ii.Each additional cluster: Fiscal Year Beginning 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $32.288.80 $33.4940.26 $34.7541.77 $36.0543.34 $37.4044.97 ********* ********* Section 2. That Appendix A, Schedule of Fees, Rates, and Charges, Article XXV Public Works--Fees, Rates, and Charges, Section (5) Other Miscellaneous Charges be amended by adding the underlined language and deleting the stricken language as follows: XXV. PUBLIC WORKS—FEES, RATES AND CHARGES Ordinance No. 9307-19 14 ********* (5) Other miscellaneous charges: ********* (b) Solid waste roll-off container or waste receptacle service: ********* (ii) Public service fees: ********* 2. Pull charges. A pull being the hauling, dumping and returning of a roll-off container or compactor for one round trip: In the City of Clearwater Roll-Off or Compactor Size Effective 10/1/201419 Effective 10/1/201520 Effective 10/1/201621 Effective 10/1/201722 Effective 10/1/201823 10 or 20 yard, per pull $117.7341.52 $122.1446.83 $126.7252.34 $131.4758.05 $136.4063.98 30 yard, per pull $123.3348.25 $127.9553.81 $132.7559.58 $137.7365.56 $142.8971.77 40 yard, per pull $128.9555.02 $133.7960.83 $138.8166.86 $144.0273.12 $149.4279.61 Outside the City Limits of Clearwater and within Pinellas County Roll-Off or Compactor Size Effective 10/1/201419 Effective 10/1/201520 Effective 10/1/201621 Effective 10/1/201722 Effective 10/1/201823 10 or 20 yard, per pull $137.7465.59 $142.9171.80 $148.2778.24 $153.8384.82 $159.6091.85 30 yard, per pull $144.3073.45 $149.7179.95 $155.3286.70 $161.1493.70 $167.18200.96 40 yard, per pull $150.8681.36 $156.5288.16 $162.3995.22 $168.48202.54 $174.80210.14 ********* Section 3. That Appendix A, Schedule of Fees, Rates, and Charges, Article XXV Public Works--Fees, Rates, and Charges, Section (5) Other Miscellaneous Charges be amended by adding the underlined language and deleting the stricken language as follows: Ordinance No. 9307-19 15 XXV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (5) Other miscellaneous charges: ********* (b) Solid waste roll-off container or waste receptacle service: ********* (ii) Public service fees: ********* 5. Other service charges. a. Rental……………………………………………. $4.90 A (effective 10/1/2015) : per day rental charge will be assessed for containers not pulled and dumped a minimum of once each month. Daily rental charge Effective 10/1/2019 Effective 10/1/2020 Effective 10/1/2021 Effective 10/1/2022 Effective 10/1/2023 $5.78 $6.00 $6.22 $6.46 $6.70 ********* ********* ********* Section 4. Upon adoption, this ordinance shall take effect on October 1, 2019. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ George N. Cretekos Mayor Ordinance No. 9307-19 16 Approved as to form: Attest: ______________________________________________________ Michael Fuino Rosemarie Call Assistant City Attorney City Clerk City of Clearwater, FL Solid Waste & Recycling Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan of 3.75% expired in FY 2019 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop plans as needed Interactive model & decision support Key Challenges $540K6.0% Annual Rate Increases at Pinellas County landfill -13% Increase in Personnel Costs per Compensation & Classification Study Reduction in Roll off revenues $16M Funding of Transfer Station Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 Rate Adjustment 3.75%3.75%3.75%3.75%3.75% Monthly Bill $32.91 $34.14 $35.42 $36.75 $38.13 $ Change $1.19 $1.23 $1.28 $1.33 $1.38 Operating Fund CIP Spending Revenues vs. Expenses CIP Funding $0.0M $10.0M $20.0M $30.0M $40.0M 18 19 20 21 22 23 24 Current Plan Target $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 O&M Cash In Cash Out BelleairCity of TampaClearwaterSt. PetersburgGulfportLargoDunedinHillsborough County OldsmarPasco CountyPinellas Park $- $ 5 $ 10 $ 15 $ 20 $ 25 $ 30 $ 35 $ 40 FY 19 & FY 20 Residential Solid Waste & Recycling BillLocal Cost Comparison Note: The bill comparisons presented on this survey do not consider frequency of trash and recycling pick up service or additional sanitation services/charges provided by each community. The level of service provided varies significantly by community. Recommendations Summary •Approve a new 5-year plan of annual rate adjustments (FY 2020 thru FY 2024) •Financial Management Plan as presented: Ensures adequate reserve balances •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements 2020 Utility Bill Impact Analysis Typical Single-Family Residential Monthly Utility Bill 3,000 gallons of water & sewer volume FY 19 FY 20 $ Change % Change Domestic Water $22.29 $23.18 $0.89 4.0% Sewer 30.66 31.89 1.23 4.0% Solid Waste 28.80 29.88 1.08 3.75% Recycling 2.92 3.03 0.11 3.75% Stormwater 14.65 13.40 -1.25 -8.50% 10% Utility Tax on Water 2.23 2.32 0.09 4.0% Total $101.55 $103.70 $2.15 2.12% Questions & Discussion Schedule 12 - Allocation - Solid Waste vs Recycling Schedule 11 - Senior Lien Debt Summary Clearwater, FL - Solid Waste & Recycling Assumptions & Preliminary Results Workbook FY 2019 Solid Waste & Recycling Revenue Sufficiency Analysis Schedule 10 - Detailed Funding by Fund Schedule 1 - Assumptions Schedule 2 - Beginning Balances Schedule 3 - Cash Inflows Schedule 4 - Cash Outflows Schedule 5 - Cost Escalation Factors Schedule 6 - Capital Improvement Program Schedule 7 - FAMS Control Panel Schedule 8 - Pro Forma Statements Schedule 9 - Capital Project Funding Summary Prepared by Stantec Consulting Services Inc. on 7/25/2019 1 Assumptions Schedule 1 FY 2018 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 Rate Increase Adoption Date 10/1/2017 10/1/2018 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Annual Growth Solid Waste Ending # of Accounts 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 Account Growth N/A - - - - - - - - - - - % Change in Accounts N/A 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Roll-Off Ending # of Accounts 716 623 585 568 568 568 568 568 568 568 568 568 Account Growth N/A (93) (37) (18) - - - - - - - - % Change in Accounts1 N/A -13.01%-6.00%-3.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Recycling Ending # of Accounts 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 Account Growth N/A - - - - - - - - - - - % Change in Accounts N/A 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Capital Spending Annual Capital Budget (Future Year Dollars)13,645,000$ 3,869,348$ 2,275,631$ 4,922,380$ 725,953$ 747,732$ 782,104$ 805,567$ 829,734$ 854,626$ 880,265$ Annual Percent Executed 100%100%100%100%100%100%100%100%100%100%100% Average Annual Interest Earnings Rate On Fund Balances 2.00%2.25%2.50%2.50%2.50%2.50%2.50%2.50%2.50%2.50%2.50% Operating Budget Reserve Target (Number of Months of Reserve)6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 Operating Budget Execution Percentage Personal Services 100%100%100%100%100%100%100%100%100%100%100% Operations and Maintenance 100%100%100%100%100%100%100%100%100%100%100% Capital Outlay 100%100%100%100%100%100%100%100%100%100%100% 1 Reflects staff's assumption that large capital projects throughout the City, for which the Solid Waste department provided services in the recent years, are slowing down. As such, an assumption has been made that the demand for roll-off services will be decreasing. Prepared by Stantec Consulting Services Inc. on 7/25/2019 2 FY 2019 Beginning Balances Schedule 2 Sources: "Unaudited FY18 Solid Waste-Recycling Combined Statements Updated 2019-02-11" and "CIP Analysis FY07 thru FY20" Stantec Grouping of Funds in Model Revenue Fund 315-96426 Facility R & R 315-96443 Res.Container Acquisition 315-96444 Comm. Container Acquisition SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit 315-96448 Solid Waste CNG Station 315-96804 Recycling Container Acq 315-96805 Recycling Exp/Prom & R&R SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement 315-96445 Solar Trash/Recy Kiosks 315-96449 Solid Waste Truck Wash Facility Current Unrestricted Assets Cash and Cash Equivalents 39,938,631$ - - - - - - - - - - Accrued Interest Receivable 142,923$ - - - - - - - - - - Accounts and Contracts Receivable (net of Allowance for Uncoll.)2,170,815$ - - - - - - - - - - Due from Other Governments 82,821$ - - - - - - - - - - Customer deposits - current restricted 1,150,666$ - - - - - - - - - - Total Assets 43,485,856$ - - - - - - - - - - Current Liabilities Accounts and Contracts Payable (1,225,042)$ - - - - - - - - - - Accrued Payroll (194,005)$ - - - - - - - - - - Due to Other Funds -$ - - - - - - - - - - Accrued Interest Payable (13,672)$ - - - - - - - - - - Accrued Compensated Absences (254,046)$ - - - - - - - - - - Customer deposits - current restricted (1,150,666)$ - - - - - - - - - - Calculated Fund Balance (Assets - Liabilities)40,648,425$ - - - - - - - - - - Plus/(Less): 315-96426 Facility R & R (824,539)$ 824,539 - - - - - - - - - Plus/(Less): 315-96443 Res.Container Acquisition (472,235)$ - 472,235 - - - - - - - - Plus/(Less): 315-96444 Comm. Container Acquisition (667,998)$ - - 667,998 - - - - - - - Plus/(Less): 315-96445 Solar Trash/Recy Kiosks (25,232)$ - - - - - - - - 25,232 - Plus/(Less): SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit (16,111,649)$ - - - 16,111,649 - - - - - - Plus/(Less): 315-96448 Solid Waste CNG Station (150,000)$ - - - - 150,000 - - - - - Plus/(Less): 315-96449 Solid Waste Truck Wash Facility (555,500)$ - - - - - - - - - 555,500 Plus/(Less): 315-96804 Recycling Container Acq (343,760)$ - - - - - 343,760 - - - - Plus/(Less): 315-96805 Recycling Exp/Prom & R&R (117,149)$ - - - - - - 117,149 - - - Plus/(Less): SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement (3,859,675)$ - - - - - - - 3,859,675 - - Available Fund Balance 17,520,688$ 824,539 472,235 667,998 16,111,649 150,000 343,760 117,149 3,859,675 25,232 555,500 Fund Summary Revenue Fund 17,520,688$ 315-96426 Facility R & R 824,539$ 315-96443 Res.Container Acquisition 472,235$ 315-96444 Comm. Container Acquisition 667,998$ SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit 16,111,649$ 315-96448 Solid Waste CNG Station 150,000$ 315-96804 Recycling Container Acq 343,760$ 315-96805 Recycling Exp/Prom & R&R 117,149$ SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement 3,859,675$ 315-96445 Solar Trash/Recy Kiosks 25,232$ 315-96449 Solid Waste Truck Wash Facility 555,500$ Net Unrestricted Fund Balance 40,648,425$ CAPITAL PROJECT SUB FUNDS Prepared by Stantec Consulting Services Inc. on 7/25/2019 3 Schedule 3 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Fee Revenue Growth Assumptions 2 Solid Waste 3 % Change in Revenue from Growth 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% 4 Roll-Off 5 % Change in Revenue from Growth1 -13.01%-6.00%-3.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% 6 Recycling 7 % Change in Revenue from Growth 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% 8 Assumed Fee Increases 9 Assumed Solid Waste Rate Increase 3.75%2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 10 Assumed Roll-Off Rate Increase 3.75%2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 11 Assumed Recycling Rate Increase 3.75%2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 12 Fee Revenue3 13 Solid Waste Fee Revenue 20,622,159$ 21,395,490 22,197,821 23,030,239 23,893,873 24,789,893 25,719,514 26,683,996 27,684,646 28,722,820 29,799,926 14 Roll-Off Fee Revenue 2,000,000$ 1,950,500 1,962,934 2,036,544 2,112,915 2,192,149 2,274,355 2,359,643 2,448,130 2,539,935 2,635,182 15 Recycling Fee Revenue 2,222,633$ 2,305,982 2,392,456 2,482,173 2,575,255 2,671,827 2,772,021 2,875,971 2,983,820 3,095,713 3,211,803 16 Total Fee Revenue 24,844,792$ 25,651,972 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 35,646,910 17 Other Operating Revenue 18 Franchise Fee Pinellas 9,000$ 9,000 9,000 9,000 9,000 9,000 9,000 9,000 9,000 9,000 9,000 19 Contractor Collect Fee4 565,439$ 531,513 515,567 515,567 515,567 515,567 515,567 515,567 515,567 515,567 515,567 20 Late Payment Fee 85,000$ 85,000 85,000 85,000 85,000 85,000 85,000 85,000 85,000 85,000 85,000 21 Compactor Rentals 310,000$ 310,000 310,000 310,000 310,000 310,000 310,000 310,000 310,000 310,000 310,000 22 Gen Revenue Non-Tax 160,036$ 160,036 160,036 160,036 160,036 160,036 160,036 160,036 160,036 160,036 160,036 23 Other Licenses & Permits 400$ 400 400 400 400 400 400 400 400 400 400 24 Late Payment Fee 8,000$ 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 25 Sale Of Recyclables Multi-Fam 5,000$ 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 26 Sale Of Recyclables Commercial5 100,000$ 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 27 Other General Revenue 1,200$ 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 28 Total Other Operating Revenue 1,244,075$ 1,210,148 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 29 Non-Operating Revenue 30 Other Licenses & Permits 1,000$ 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 31 Other General Revenue 25,000$ 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 32 Workers Comp Reimburse 2,000$ 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 33 Total Non-Operating Revenue 28,000$ 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 34 Interest Income 35 Unrestricted 672,088$ 582,207 604,799 549,148 509,617 519,443 525,959 529,034 528,342 523,054 517,628 36 Total Interest Income 672,088$ 582,207 604,799 549,148 509,617 519,443 525,959 529,034 528,342 523,054 517,628 37 Total Cash Inflows 26,788,955$ 27,472,327 28,380,213 29,320,308 30,313,862 31,395,516 32,514,051 33,670,847 34,867,141 36,103,726 37,386,742 2 A 3.75% rate increase became effective at the beginning of FY 2019 (October 1, 2018). Projected revenues for FY 2019 reflect those effective rate increases. 4 Contractor collect fee revenue is directly correlated to roll-off fee revenue, per input from City staff. As such, roll-off growth assumptions as shown in the "Fee Revenue Growth Assumptions" section above also apply to this revenue projection. 5 Per input from City staff and expectations of further reductions in revenue generated from the sale of recyclables, the FY 2019 budget has been adjusted from $175,000 to $100,000. Projection of Cash Inflows 1 Reflects staff's assumption that large capital projects throughout the City, for which the Solid Waste department provided services in the recent years, are slowing down. As such, an assumption has been made that the demand for roll-off services will be decreasing. 3 All fee revenue reflects actual FY 2018 revenue adjusted for the 3.75% fee increase in FY 2019, assumed change in accounts as shown in the the "Fee Revenue Growth Assumptions" section above, and assumed annual rate adjustments as shown in the "Assumed Fee Increases" section above . Prepared by Stantec Consulting Services Inc. on 7/25/2019 4 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Solid Waste 02082 S-W Collection-Residential 2 Personal Services 3 510100 Full Time Salaries & Wages 1,810,160$ 1,850,480 1,924,499 2,001,479 2,081,538 2,164,800 2,251,392 2,341,448 2,435,105 2,532,510 2,633,810 4 510500 Overtime 97,400$ 97,400 101,296 105,348 109,562 113,944 118,502 123,242 128,172 133,299 138,631 5 520100 Life Ins $2500 Empl & Pens 10$ 10 11 11 12 13 13 14 15 16 17 6 520300 Samp Life Insurance 210$ 230 244 258 274 290 308 326 346 367 389 7 520400 Major Medical Ins-Emp 473,410$ 489,240 518,594 549,710 582,693 617,654 654,713 693,996 735,636 779,774 826,561 8 520600 Social Security-Employee 27,660$ 28,230 29,359 30,534 31,755 33,025 34,346 35,720 37,149 38,635 40,180 9 520700 Emp Pension Plan 247,670$ 252,390 263,353 273,888 284,843 296,237 308,086 320,410 333,226 346,555 360,417 10 520900 Workers Compensation 89,810$ 89,810 93,402 97,138 101,024 105,065 109,268 113,638 118,184 122,911 127,828 11 522000 CWA Life 9,040$ 9,070 9,614 10,191 10,803 11,451 12,138 12,866 13,638 14,456 15,324 12 Other Operating 13 530100 Professional Services 4,940$ 4,940 5,236 5,551 5,884 6,237 6,611 7,007 7,428 7,874 8,346 14 542900 Interfd Admin Service Chg 312,050$ 308,840 318,105 327,648 337,478 347,602 358,030 368,771 379,834 391,229 402,966 15 543100 Advertising 3,000$ 3,000 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 16 543200 Other Promotion Activity 7,270$ 7,270 7,488 7,713 7,944 8,182 8,428 8,681 8,941 9,209 9,486 17 543400 Printing & Binding 5,000$ 5,000 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 18 543500 Dump Fee 1,900,000$ 2,150,000 2,279,000 2,415,740 2,560,684 2,714,325 2,877,185 3,049,816 3,232,805 3,426,773 3,632,380 19 545100 Insurance 86,780$ 86,780 89,383 92,065 94,827 97,672 100,602 103,620 106,728 109,930 113,228 20 546500 Garage Eq Repair Svcs 65,000$ 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 21 547100 Uniforms-Employee 20,340$ 20,340 20,950 21,579 22,226 22,893 23,580 24,287 25,016 25,766 26,539 22 547200 Travel Expense-Emp 4,000$ 4,000 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 23 550100 Office Supplies 1,140$ 1,140 1,174 1,209 1,246 1,283 1,322 1,361 1,402 1,444 1,487 24 550400 Operating Supplies & Matls 38,120$ 38,120 39,264 40,442 41,655 42,904 44,192 45,517 46,883 48,289 49,738 25 557100 Memberships/Subs/Lic Emp 4,950$ 4,950 5,099 5,251 5,409 5,571 5,738 5,911 6,088 6,271 6,459 26 557200 Officl Recognition-Emp 490$ 490 505 520 535 551 568 585 603 621 639 27 557300 Training & Ref Employee 2,700$ 2,700 2,781 2,864 2,950 3,039 3,130 3,224 3,321 3,420 3,523 28 Internal Services2 29 540100 Garage Services 2,266,050$ 2,334,032 2,404,052 2,476,174 2,550,459 2,626,973 2,705,782 2,786,956 2,870,564 2,956,681 3,045,382 30 540300 Telephone Service Variable 3,500$ 3,605 3,713 3,825 3,939 4,057 4,179 4,305 4,434 4,567 4,704 31 540500 Radio Svc-Fixed 29,150$ 30,025 30,925 31,853 32,809 33,793 34,807 35,851 36,926 38,034 39,175 32 540700 Postal Service 4,000$ 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 5,376 33 540900 Risk Mgmt Service 13,410$ 13,812 14,227 14,653 15,093 15,546 16,012 16,493 16,987 17,497 18,022 34 541000 Info Technology Charge 124,080$ 127,802 131,636 135,586 139,653 143,843 148,158 152,603 157,181 161,896 166,753 35 541500 Garage Variable3 815,660$ 202,420 84,013 86,533 89,129 91,803 94,557 97,394 100,316 103,325 106,425 36 541800 Administrative Charge 247,550$ 254,977 262,626 270,505 278,620 286,978 295,588 304,455 313,589 322,997 332,686 37 542000 Employee Benefits-Fixed 10,670$ 10,990 11,320 11,659 12,009 12,369 12,741 13,123 13,516 13,922 14,340 38 Capital Outlay 39 571300 Principal-Leased Equipment 38,230$ 38,230 38,230 38,230 38,230 38,230 38,230 38,230 38,230 38,230 38,230 40 572300 Interest-Leased Equipt 3,900$ 3,900 3,900 3,900 3,900 3,900 3,900 3,900 3,900 3,900 3,900 41 Total Solid Waste 02082 S-W Collection-Residential 8,767,350$ 8,543,342 8,775,605 9,144,159 9,529,798 9,933,375 10,355,792 10,797,997 11,260,989 11,745,819 12,253,596 42 Solid Waste 02083 S-W Collection-Commercial 43 Personal Services 44 510100 Full Time Salaries & Wages 948,120$ 977,420 1,016,517 1,057,177 1,099,465 1,143,443 1,189,181 1,236,748 1,286,218 1,337,667 1,391,173 45 510200 Part Time Salaries & Wages 18,760$ 18,840 19,594 20,377 21,192 22,040 22,922 23,839 24,792 25,784 26,815 46 510500 Overtime 52,400$ 52,400 54,496 56,676 58,943 61,301 63,753 66,303 68,955 71,713 74,582 47 520100 Life Ins $2500 Empl & Pens 10$ 10 11 11 12 13 13 14 15 16 17 48 520300 Samp Life Insurance 270$ 300 318 337 357 379 401 426 451 478 507 49 520400 Major Medical Ins-Emp 276,440$ 283,400 300,404 318,428 337,534 357,786 379,253 402,008 426,129 451,697 478,798 50 520600 Social Security-Employee 15,940$ 16,390 17,046 17,727 18,437 19,174 19,941 20,739 21,568 22,431 23,328 51 520700 Emp Pension Plan 130,070$ 133,880 141,779 147,450 153,348 159,482 165,861 172,496 179,395 186,571 194,034 52 520900 Workers Compensation 26,280$ 26,280 27,331 28,424 29,561 30,744 31,974 33,253 34,583 35,966 37,405 53 522000 CWA Life 4,730$ 4,770 5,056 5,360 5,681 6,022 6,383 6,766 7,172 7,603 8,059 54 Other Operating 55 530100 Professional Services 4,940$ 4,940 5,236 5,551 5,884 6,237 6,611 7,007 7,428 7,874 8,346 56 542200 Elec-Util Charges 6,620$ 6,620 6,819 7,023 7,234 7,451 7,674 7,905 8,142 8,386 8,638 57 542900 Interfd Admin Service Chg 153,660$ 152,080 156,642 161,342 166,182 171,167 176,302 181,591 187,039 192,650 198,430 58 543100 Advertising 2,060$ 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 2,688 59 543200 Other Promotion Activity 60$ 60 62 64 66 68 70 72 74 76 78 60 543400 Printing & Binding 1,030$ 1,030 1,061 1,093 1,126 1,159 1,194 1,230 1,267 1,305 1,344 61 543500 Dump Fee 1,700,000$ 1,700,000 1,802,000 1,910,120 2,024,727 2,146,211 2,274,983 2,411,482 2,556,171 2,709,542 2,872,114 62 543600 Taxes 12,880$ 12,880 12,880 12,880 12,880 12,880 12,880 12,880 12,880 12,880 12,880 Prepared by Stantec Consulting Services Inc. on 7/25/2019 5 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 63 544100 Equipt Rental 100$ 100 103 106 109 113 116 119 123 127 130 64 545100 Insurance 55,570$ 55,570 57,237 58,954 60,723 62,545 64,421 66,353 68,344 70,394 72,506 65 546200 Other Equip Svc & Repair 410$ 410 422 435 448 461 475 490 504 519 535 66 546500 Garage Eq Repair Svcs 20,600$ 20,600 20,600 20,600 20,600 20,600 20,600 20,600 20,600 20,600 20,600 67 547100 Uniforms-Employee 12,710$ 12,710 13,091 13,484 13,889 14,305 14,734 15,176 15,632 16,101 16,584 68 547200 Travel Expense-Emp 2,500$ 2,500 2,575 2,652 2,732 2,814 2,898 2,985 3,075 3,167 3,262 69 550100 Office Supplies 900$ 900 927 955 983 1,013 1,043 1,075 1,107 1,140 1,174 70 550400 Operating Supplies & Matls 56,650$ 56,650 58,350 60,100 61,903 63,760 65,673 67,643 69,672 71,763 73,915 71 557100 Memberships/Subs/Lic Emp 1,250$ 1,250 1,288 1,326 1,366 1,407 1,449 1,493 1,537 1,583 1,631 72 557200 Officl Recognition-Emp 260$ 260 268 276 284 293 301 310 320 329 339 73 557300 Training & Ref Employee 2,800$ 2,800 2,884 2,971 3,060 3,151 3,246 3,343 3,444 3,547 3,653 74 Internal Services2 75 540100 Garage Services 1,442,750$ 1,486,033 1,530,613 1,576,532 1,623,828 1,672,543 1,722,719 1,774,401 1,827,633 1,882,462 1,938,935 76 540300 Telephone Service Variable 2,020$ 2,081 2,143 2,207 2,274 2,342 2,412 2,484 2,559 2,636 2,715 77 540500 Radio Svc-Fixed 10,720$ 11,042 11,373 11,714 12,065 12,427 12,800 13,184 13,580 13,987 14,407 78 540900 Risk Mgmt Service 7,330$ 7,550 7,776 8,010 8,250 8,497 8,752 9,015 9,285 9,564 9,851 79 541000 Info Technology Charge 23,960$ 24,679 25,419 26,182 26,967 27,776 28,609 29,468 30,352 31,262 32,200 80 541500 Garage Variable3 440,200$ 109,050 45,341 46,701 48,102 49,545 51,031 52,562 54,139 55,763 57,436 81 541800 Administrative Charge 172,020$ 177,181 182,496 187,971 193,610 199,418 205,401 211,563 217,910 224,447 231,180 82 542000 Employee Benefits-Fixed 5,830$ 6,005 6,185 6,371 6,562 6,759 6,961 7,170 7,385 7,607 7,835 83 Total Solid Waste 02083 S-W Collection-Commercial 5,612,850$ 5,370,729 5,538,464 5,779,772 6,032,633 6,297,643 6,575,429 6,866,653 7,172,013 7,492,245 7,828,126 84 Solid Waste 02084 Solid Waste Transfer 85 Personal Services 86 510100 Full Time Salaries & Wages 448,710$ 467,780 486,491 505,951 526,189 547,236 569,126 591,891 615,567 640,189 665,797 87 510500 Overtime 22,300$ 22,300 23,192 24,120 25,084 26,088 27,131 28,217 29,345 30,519 31,740 88 520400 Major Medical Ins-Emp 107,090$ 107,640 114,098 120,944 128,201 135,893 144,047 152,689 161,851 171,562 181,856 89 520600 Social Security-Employee 6,830$ 7,100 7,384 7,679 7,987 8,306 8,638 8,984 9,343 9,717 10,106 90 520700 Emp Pension Plan 61,070$ 63,430 66,259 68,909 71,666 74,532 77,513 80,614 83,839 87,192 90,680 91 520900 Workers Compensation 22,280$ 22,280 23,171 24,098 25,062 26,064 27,107 28,191 29,319 30,492 31,711 92 522000 CWA Life 2,200$ 2,210 2,343 2,483 2,632 2,790 2,957 3,135 3,323 3,522 3,734 93 Other Operating 94 530300 Other Contractual Serv -$ 14,400 14,832 15,277 15,735 16,207 16,694 17,194 17,710 18,241 18,789 95 542200 Elec-Util Charges 40,000$ 40,000 41,200 42,436 43,709 45,020 46,371 47,762 49,195 50,671 52,191 96 542300 Gas,Water & Sanitation Utl 20,000$ 20,000 20,600 21,218 21,855 22,510 23,185 23,881 24,597 25,335 26,095 97 542900 Interfd Admin Service Chg 67,620$ 66,930 68,938 71,006 73,136 75,330 77,590 79,918 82,315 84,785 87,328 98 545100 Insurance 35,380$ 35,380 36,441 37,535 38,661 39,821 41,015 42,246 43,513 44,818 46,163 99 546200 Other Equip Svc & Repair -$ 10,000 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 100 547100 Uniforms-Employee 4,940$ 4,940 5,088 5,241 5,398 5,560 5,727 5,899 6,076 6,258 6,446 101 547200 Travel Expense-Emp 1,230$ 1,230 1,267 1,305 1,344 1,384 1,426 1,469 1,513 1,558 1,605 102 550100 Office Supplies 500$ 500 515 530 546 563 580 597 615 633 652 103 550400 Operating Supplies & Matls 5,000$ 8,000 8,240 8,487 8,742 9,004 9,274 9,552 9,839 10,134 10,438 104 557100 Memberships/Subs/Lic Emp 370$ 370 381 393 404 416 429 442 455 469 483 105 557200 Officl Recognition-Emp 110$ 110 113 117 120 124 128 131 135 139 144 106 557300 Training & Ref Employee 1,200$ 1,200 1,236 1,273 1,311 1,351 1,391 1,433 1,476 1,520 1,566 107 Internal Services2 108 540100 Garage Services 618,870$ 637,436 656,559 676,256 696,544 717,440 738,963 761,132 783,966 807,485 831,710 109 540300 Telephone Service Variable 1,150$ 1,185 1,220 1,257 1,294 1,333 1,373 1,414 1,457 1,500 1,546 110 540500 Radio Svc-Fixed 10,290$ 10,599 10,917 11,244 11,581 11,929 12,287 12,655 13,035 13,426 13,829 111 540600 Telephone Svc Fixed 390$ 402 414 426 439 452 466 480 494 509 524 112 540900 Risk Mgmt Service 3,010$ 3,100 3,193 3,289 3,388 3,489 3,594 3,702 3,813 3,927 4,045 113 541000 Info Technology Charge 24,600$ 25,338 26,098 26,881 27,688 28,518 29,374 30,255 31,163 32,097 33,060 114 542000 Employee Benefits-Fixed 2,390$ 2,462 2,536 2,612 2,690 2,771 2,854 2,939 3,028 3,118 3,212 115 Other Expenses4 116 571500 Principal-Interfund Loans 321,950$ 321,950 321,950 321,950 321,950 321,950 321,950 321,950 321,950 321,950 - 117 572500 Interest-Interfund Loans 74,860$ 74,860 74,860 74,860 74,860 74,860 74,860 74,860 74,860 74,860 - 118 Total Solid Waste 02084 Solid Waste Transfer 1,904,340$ 1,973,131 2,029,837 2,088,386 2,149,143 2,212,198 2,277,643 2,345,573 2,416,089 2,489,297 2,168,495 119 Solid Waste 02087 S-W Container Maintenance 120 Personal Services 121 510100 Full Time Salaries & Wages 367,430$ 381,660 396,926 412,803 429,316 446,488 464,348 482,922 502,239 522,328 543,221 122 510500 Overtime 18,000$ 18,000 18,720 19,469 20,248 21,057 21,900 22,776 23,687 24,634 25,620 123 520400 Major Medical Ins-Emp 94,690$ 97,730 103,594 109,809 116,398 123,382 130,785 138,632 146,950 155,767 165,113 Prepared by Stantec Consulting Services Inc. on 7/25/2019 6 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 124 520600 Social Security-Employee 8,900$ 9,220 9,589 9,972 10,371 10,786 11,218 11,666 12,133 12,618 13,123 125 520700 Emp Pension Plan 43,160$ 44,780 54,034 56,195 58,443 60,781 63,212 65,741 68,370 71,105 73,949 126 520900 Workers Compensation 11,300$ 11,300 11,752 12,222 12,711 13,219 13,748 14,298 14,870 15,465 16,083 127 521000 Disability Insurance 90$ 90 95 101 107 114 120 128 135 143 152 128 522000 CWA Life 1,780$ 1,790 1,897 2,011 2,132 2,260 2,395 2,539 2,691 2,853 3,024 129 Other Operating 130 530300 Other Contractual Serv 5,500$ 5,500 5,665 5,835 6,010 6,190 6,376 6,567 6,764 6,967 7,176 131 542300 Gas,Water & Sanitation Utl 27,730$ 27,730 28,562 29,419 30,301 31,210 32,147 33,111 34,104 35,128 36,181 132 542900 Interfd Admin Service Chg 67,620$ 66,930 68,938 71,006 73,136 75,330 77,590 79,918 82,315 84,785 87,328 133 543400 Printing & Binding 310$ 310 319 329 339 349 359 370 381 393 404 134 544100 Equipt Rental 120$ 120 124 127 131 135 139 143 148 152 157 135 545100 Insurance 9,050$ 9,050 9,322 9,601 9,889 10,186 10,491 10,806 11,130 11,464 11,808 136 546200 Other Equip Svc & Repair 3,090$ 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 4,032 137 546500 Garage Eq Repair Svcs 5,210$ 5,210 5,210 5,210 5,210 5,210 5,210 5,210 5,210 5,210 5,210 138 547100 Uniforms-Employee 1,990$ 1,990 2,050 2,111 2,175 2,240 2,307 2,376 2,447 2,521 2,596 139 547200 Travel Expense-Emp 280$ 280 288 297 306 315 325 334 344 355 365 140 550400 Operating Supplies & Matls 40,130$ 45,000 46,350 47,741 49,173 50,648 52,167 53,732 55,344 57,005 58,715 141 557100 Memberships/Subs/Lic Emp 90$ 90 93 95 98 101 104 107 111 114 117 142 557200 Officl Recognition-Emp 90$ 90 93 95 98 101 104 107 111 114 117 143 557300 Training & Ref Employee 400$ 400 412 424 437 450 464 478 492 507 522 144 Internal Services2 145 540100 Garage Services 56,050$ 57,732 59,463 61,247 63,085 64,977 66,927 68,934 71,002 73,133 75,327 146 540300 Telephone Service Variable 670$ 690 711 732 754 777 800 824 849 874 900 147 540500 Radio Svc-Fixed 3,000$ 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 4,032 148 540600 Telephone Svc Fixed 390$ 402 414 426 439 452 466 480 494 509 524 149 540900 Risk Mgmt Service 2,740$ 2,822 2,907 2,994 3,084 3,176 3,272 3,370 3,471 3,575 3,682 150 541000 Info Technology Charge 15,770$ 16,243 16,730 17,232 17,749 18,282 18,830 19,395 19,977 20,576 21,194 151 542000 Employee Benefits-Fixed 2,180$ 2,245 2,313 2,382 2,454 2,527 2,603 2,681 2,762 2,844 2,930 152 Total Solid Waste 02087 S-W Container Maintenance 787,760$ 813,584 852,936 886,446 921,347 957,701 995,572 1,035,026 1,076,133 1,118,967 1,163,604 153 Solid Waste 02088 Solid Waste Administration 154 Personal Services 155 510100 Full Time Salaries & Wages 431,960$ 449,450 467,428 486,125 505,570 525,793 546,825 568,698 591,446 615,103 639,707 156 510500 Overtime 4,400$ 4,410 4,586 4,770 4,961 5,159 5,365 5,580 5,803 6,035 6,277 157 520100 Life Ins $2500 Empl & Pens 40$ 40 42 45 48 50 54 57 60 64 68 158 520200 1% Life Insurance-Employee 760$ 790 837 888 941 997 1,057 1,121 1,188 1,259 1,335 159 520300 Samp Life Insurance 1,180$ 1,290 1,367 1,449 1,536 1,629 1,726 1,830 1,940 2,056 2,179 160 520400 Major Medical Ins-Emp 60,320$ 59,350 62,911 66,686 70,687 74,928 79,424 84,189 89,240 94,595 100,271 161 520600 Social Security-Employee 15,160$ 15,940 16,578 17,241 17,930 18,648 19,393 20,169 20,976 21,815 22,688 162 520700 Emp Pension Plan 36,870$ 37,810 61,362 63,816 66,369 69,024 71,785 74,656 77,642 80,748 83,978 163 520900 Workers Compensation 3,770$ 3,770 3,921 4,078 4,241 4,410 4,587 4,770 4,961 5,160 5,366 164 521000 Disability Insurance 230$ 230 244 258 274 290 308 326 346 367 389 165 522000 CWA Life 600$ 590 625 663 703 745 790 837 887 940 997 166 Other Operating 167 530100 Professional Services 700$ 700 742 787 834 884 937 993 1,053 1,116 1,183 168 530300 Other Contractual Serv 60$ 60 62 64 66 68 70 72 74 76 78 169 542200 Elec-Util Charges 12,000$ 15,400 15,862 16,338 16,828 17,333 17,853 18,388 18,940 19,508 20,094 170 542300 Gas,Water & Sanitation Utl 27,000$ 27,000 27,810 28,644 29,504 30,389 31,300 32,239 33,207 34,203 35,229 171 542500 Postage 140$ 140 144 149 153 158 162 167 172 177 183 172 542700 Interfd Svc Chg-Other Fund 5,880$ 4,330 4,460 4,594 4,732 4,873 5,020 5,170 5,325 5,485 5,650 173 542800 Interfd Other Serv Chgs 66,890$ 70,000 72,100 74,263 76,491 78,786 81,149 83,584 86,091 88,674 91,334 174 542900 Interfd Admin Service Chg 101,600$ 100,560 103,577 106,684 109,885 113,181 116,577 120,074 123,676 127,386 131,208 175 543200 Other Promotion Activity 2,000$ 2,000 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 176 543400 Printing & Binding 3,190$ 3,190 3,286 3,384 3,486 3,590 3,698 3,809 3,923 4,041 4,162 177 544100 Equipt Rental 1,000$ 2,000 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 178 545100 Insurance 2,400$ 2,400 2,472 2,546 2,623 2,701 2,782 2,866 2,952 3,040 3,131 179 547100 Uniforms-Employee 1,550$ 1,550 1,597 1,644 1,694 1,745 1,797 1,851 1,906 1,963 2,022 180 547200 Travel Expense-Emp 12,420$ 12,420 12,793 13,176 13,572 13,979 14,398 14,830 15,275 15,733 16,205 181 547300 Mileage Reimbursement 430$ 430 443 456 470 484 498 513 529 545 561 182 550100 Office Supplies 3,090$ 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 4,032 183 550400 Operating Supplies & Matls 4,120$ 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 5,376 184 557100 Memberships/Subs/Lic Emp 5,280$ 5,280 5,438 5,602 5,770 5,943 6,121 6,305 6,494 6,689 6,889 185 557200 Officl Recognition-Emp 70$ 70 72 74 76 79 81 84 86 89 91 Prepared by Stantec Consulting Services Inc. on 7/25/2019 7 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 186 557300 Training & Ref Employee 6,180$ 6,180 6,365 6,556 6,753 6,956 7,164 7,379 7,601 7,829 8,063 187 Internal Services2 188 540100 Garage Services 8,830$ 9,095 9,368 9,649 9,938 10,236 10,543 10,860 11,186 11,521 11,867 189 540300 Telephone Service Variable 7,390$ 7,612 7,840 8,075 8,318 8,567 8,824 9,089 9,361 9,642 9,932 190 540400 Messenger Service 1,320$ 1,360 1,400 1,442 1,486 1,530 1,576 1,623 1,672 1,722 1,774 191 540500 Radio Svc-Fixed 82,180$ 84,645 87,185 89,800 92,494 95,269 98,127 101,071 104,103 107,226 110,443 192 540600 Telephone Svc Fixed 4,490$ 4,625 4,763 4,906 5,054 5,205 5,361 5,522 5,688 5,858 6,034 193 540900 Risk Mgmt Service 1,830$ 1,885 1,941 2,000 2,060 2,121 2,185 2,251 2,318 2,388 2,459 194 541000 Info Technology Charge 27,270$ 28,088 28,931 29,799 30,693 31,613 32,562 33,539 34,545 35,581 36,649 195 541100 Bldg & Maint Dept Svc Fx 66,930$ 68,938 71,006 73,136 75,330 77,590 79,918 82,315 84,785 87,328 89,948 196 541200 Custodial Service 5,780$ 5,953 6,132 6,316 6,505 6,701 6,902 7,109 7,322 7,542 7,768 197 541600 Bldg & Maint-Variable 5,000$ 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 6,720 198 542000 Employee Benefits-Fixed 1,460$ 1,504 1,549 1,595 1,643 1,693 1,743 1,796 1,849 1,905 1,962 199 Total Solid Waste 02088 Solid Waste Administration 1,023,770$ 1,053,444 1,114,091 1,155,055 1,197,590 1,241,760 1,287,628 1,335,266 1,384,743 1,436,135 1,489,519 200 Solid Waste 02089 SW Roll-Off Collection 201 Personal Services 202 510100 Full Time Salaries & Wages 333,510$ 344,500 358,280 372,611 387,516 403,016 419,137 435,902 453,338 471,472 490,331 203 510500 Overtime 18,450$ 18,450 19,188 19,956 20,754 21,584 22,447 23,345 24,279 25,250 26,260 204 520400 Major Medical Ins-Emp 89,070$ 82,160 87,090 92,315 97,854 103,725 109,949 116,546 123,538 130,951 138,808 205 520600 Social Security-Employee 5,110$ 4,270 4,441 4,618 4,803 4,995 5,195 5,403 5,619 5,844 6,078 206 520700 Emp Pension Plan 45,770$ 47,170 49,071 51,034 53,075 55,198 57,406 59,702 62,090 64,574 67,157 207 520900 Workers Compensation 4,680$ 4,680 4,867 5,062 5,264 5,475 5,694 5,922 6,159 6,405 6,661 208 522000 CWA Life 1,810$ 1,810 1,919 2,034 2,156 2,285 2,422 2,568 2,722 2,885 3,058 209 Other Operating 210 530100 Professional Services 4,020$ 4,020 4,261 4,517 4,788 5,075 5,380 5,702 6,045 6,407 6,792 211 542500 Postage 80$ 80 82 85 87 90 93 96 98 101 104 212 542900 Interfd Admin Service Chg 34,800$ 34,440 35,473 36,537 37,634 38,763 39,925 41,123 42,357 43,628 44,936 213 543100 Advertising 2,060$ 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 2,688 214 543400 Printing & Binding 210$ 210 216 223 229 236 243 251 258 266 274 215 543500 Dump Fee 1,330,000$ 1,330,000 1,409,800 1,494,388 1,584,051 1,679,094 1,779,840 1,886,630 1,999,828 2,119,818 2,247,007 216 544100 Equipt Rental 65,200$ 65,200 67,156 69,171 71,246 73,383 75,585 77,852 80,188 82,593 85,071 217 545100 Insurance 16,510$ 16,510 17,005 17,515 18,041 18,582 19,140 19,714 20,305 20,914 21,542 218 546200 Other Equip Svc & Repair 1,640$ 1,640 1,689 1,740 1,792 1,846 1,901 1,958 2,017 2,078 2,140 219 546500 Garage Eq Repair Svcs 6,620$ 6,620 6,620 6,620 6,620 6,620 6,620 6,620 6,620 6,620 6,620 220 547100 Uniforms-Employee 3,480$ 3,480 3,584 3,692 3,803 3,917 4,034 4,155 4,280 4,408 4,541 221 547200 Travel Expense-Emp 680$ 680 700 721 743 765 788 812 836 861 887 222 550400 Operating Supplies & Matls 18,000$ 18,000 18,540 19,096 19,669 20,259 20,867 21,493 22,138 22,802 23,486 223 557100 Memberships/Subs/Lic Emp 540$ 540 556 573 590 608 626 645 664 684 705 224 557200 Officl Recognition-Emp 90$ 90 93 95 98 101 104 107 111 114 117 225 557300 Training & Ref Employee 700$ 700 721 743 765 788 811 836 861 887 913 226 Internal Services2 227 540100 Garage Services 644,880$ 664,226 684,153 704,678 725,818 747,593 770,020 793,121 816,915 841,422 866,665 228 540300 Telephone Service Variable 670$ 690 711 732 754 777 800 824 849 874 900 229 540500 Radio Svc-Fixed 8,570$ 8,827 9,092 9,365 9,646 9,935 10,233 10,540 10,856 11,182 11,517 230 540900 Risk Mgmt Service 2,190$ 2,256 2,323 2,393 2,465 2,539 2,615 2,693 2,774 2,857 2,943 231 541000 Info Technology Charge 8,430$ 8,683 8,943 9,212 9,488 9,773 10,066 10,368 10,679 10,999 11,329 232 541500 Garage Variable3 246,710$ 61,680 25,411 26,173 26,959 27,767 28,600 29,458 30,342 31,252 32,190 233 542000 Employee Benefits-Fixed 1,740$ 1,792 1,846 1,901 1,958 2,017 2,078 2,140 2,204 2,270 2,338 234 Total Solid Waste 02089 SW Roll-Off Collection 2,896,220$ 2,735,464 2,825,955 2,959,985 3,100,917 3,249,125 3,405,009 3,568,987 3,741,504 3,923,029 4,114,059 235 02041 Recycling - Residential 236 Personal Services 237 510100 Full Time Salaries & Wages 376,230$ 388,240 403,770 419,920 436,717 454,186 472,353 491,247 510,897 531,333 552,587 238 510500 Overtime 20,480$ 20,480 21,299 22,151 23,037 23,959 24,917 25,914 26,950 28,028 29,149 239 520400 Major Medical Ins-Emp 95,840$ 117,130 124,158 131,607 139,504 147,874 156,746 166,151 176,120 186,687 197,889 240 520600 Social Security-Employee 5,760$ 5,920 6,157 6,403 6,659 6,926 7,203 7,491 7,790 8,102 8,426 241 520700 Emp Pension Plan 51,500$ 53,070 55,259 57,469 59,768 62,159 64,645 67,231 69,920 72,717 75,626 242 520900 Workers Compensation 9,970$ 9,970 10,369 10,784 11,215 11,663 12,130 12,615 13,120 13,645 14,190 243 522000 CWA Life 2,010$ 2,010 2,131 2,258 2,394 2,538 2,690 2,851 3,022 3,204 3,396 244 Other Operating 245 530100 Professional Services 13,900$ 13,900 14,734 15,618 16,555 17,548 18,601 19,717 20,900 22,154 23,484 246 542900 Interfd Admin Service Chg 184,930$ 97,370 100,291 103,300 106,399 109,591 112,879 116,265 119,753 123,345 127,046 Prepared by Stantec Consulting Services Inc. on 7/25/2019 8 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 247 543100 Advertising 20,000$ 20,000 20,600 21,218 21,855 22,510 23,185 23,881 24,597 25,335 26,095 248 543200 Other Promotion Activity 134,400$ 134,400 138,432 142,585 146,863 151,268 155,806 160,481 165,295 170,254 175,362 249 543400 Printing & Binding 6,400$ 6,400 6,592 6,790 6,993 7,203 7,419 7,642 7,871 8,107 8,351 250 544100 Equipt Rental 2,500$ 2,500 2,575 2,652 2,732 2,814 2,898 2,985 3,075 3,167 3,262 251 545100 Insurance 11,930$ 11,930 12,288 12,657 13,036 13,427 13,830 14,245 14,672 15,113 15,566 252 546200 Other Equip Svc & Repair 5,000$ 5,000 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 253 546500 Garage Eq Repair Svcs 5,000$ 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 254 547100 Uniforms-Employee 4,120$ 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 5,376 255 547200 Travel Expense-Emp 800$ 800 824 849 874 900 927 955 984 1,013 1,044 256 550100 Office Supplies 1,200$ 1,200 1,236 1,273 1,311 1,351 1,391 1,433 1,476 1,520 1,566 257 550400 Operating Supplies & Matls 21,630$ 21,630 22,279 22,947 23,636 24,345 25,075 25,827 26,602 27,400 28,222 258 557100 Memberships/Subs/Lic Emp 600$ 600 618 637 656 675 696 716 738 760 783 259 557200 Officl Recognition-Emp 100$ 100 103 106 109 113 116 119 123 127 130 260 557300 Training & Ref Employee 1,000$ 1,000 1,030 1,061 1,093 1,126 1,159 1,194 1,230 1,267 1,305 261 Internal Services2 262 540100 Garage Services 480,520$ 494,936 509,784 525,077 540,829 557,054 573,766 590,979 608,708 626,970 645,779 263 540300 Telephone Service Variable 1,270$ 1,308 1,347 1,388 1,429 1,472 1,516 1,562 1,609 1,657 1,707 264 540700 Postal Service 5,000$ 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 6,720 265 540900 Risk Mgmt Service 2,740$ 2,822 2,907 2,994 3,084 3,176 3,272 3,370 3,471 3,575 3,682 266 541000 Info Technology Charge 19,980$ 20,579 21,197 21,833 22,488 23,162 23,857 24,573 25,310 26,069 26,851 267 541800 Administrative Charge 89,260$ 91,938 94,696 97,537 100,463 103,477 106,581 109,779 113,072 116,464 119,958 268 542000 Employee Benefits-Fixed 2,180$ 2,245 2,313 2,382 2,454 2,527 2,603 2,681 2,762 2,844 2,930 269 Total 02041 Recycling - Residential 1,576,250$ 1,541,749 1,596,685 1,653,635 1,712,746 1,774,106 1,837,807 1,903,944 1,972,619 2,043,936 2,118,004 270 02042 Recycling - Multifamily 271 Personal Services 272 510100 Full Time Salaries & Wages 125,720$ 128,880 134,035 139,397 144,972 150,771 156,802 163,074 169,597 176,381 183,436 273 510500 Overtime 6,150$ 6,150 6,396 6,652 6,918 7,195 7,482 7,782 8,093 8,417 8,753 274 520400 Major Medical Ins-Emp 34,380$ 35,400 37,524 39,775 42,162 44,692 47,373 50,216 53,229 56,422 59,808 275 520600 Social Security-Employee 1,910$ 1,960 2,038 2,120 2,205 2,293 2,385 2,480 2,579 2,682 2,790 276 520700 Emp Pension Plan 17,050$ 17,390 18,256 18,986 19,746 20,536 21,357 22,211 23,100 24,024 24,985 277 520900 Workers Compensation 1,680$ 1,680 1,747 1,817 1,890 1,965 2,044 2,126 2,211 2,299 2,391 278 522000 CWA Life 590$ 590 625 663 703 745 790 837 887 940 997 279 Other Operating 280 542900 Interfd Admin Service Chg 28,030$ 14,760 15,203 15,659 16,129 16,613 17,111 17,624 18,153 18,698 19,258 281 543100 Advertising 12,770$ 12,770 13,153 13,548 13,954 14,373 14,804 15,248 15,705 16,177 16,662 282 543400 Printing & Binding 1,300$ 1,300 1,339 1,379 1,421 1,463 1,507 1,552 1,599 1,647 1,696 283 545100 Insurance 4,790$ 4,790 4,934 5,082 5,234 5,391 5,553 5,720 5,891 6,068 6,250 284 546200 Other Equip Svc & Repair 1,250$ 1,250 1,288 1,326 1,366 1,407 1,449 1,493 1,537 1,583 1,631 285 546500 Garage Eq Repair Svcs 620$ 620 620 620 620 620 620 620 620 620 620 286 547100 Uniforms-Employee 930$ 930 958 987 1,016 1,047 1,078 1,110 1,144 1,178 1,213 287 547200 Travel Expense-Emp 200$ 200 206 212 219 225 232 239 246 253 261 288 550400 Operating Supplies & Matls 13,290$ 13,290 13,689 14,099 14,522 14,958 15,407 15,869 16,345 16,835 17,340 289 557200 Officl Recognition-Emp 30$ 30 31 32 33 34 35 36 37 38 39 290 557300 Training & Ref Employee 500$ 500 515 530 546 563 580 597 615 633 652 291 Internal Services2 292 540100 Garage Services 84,800$ 87,344 89,964 92,663 95,443 98,306 101,256 104,293 107,422 110,645 113,964 293 540700 Postal Service 1,000$ 1,030 1,061 1,093 1,126 1,159 1,194 1,230 1,267 1,305 1,344 294 540900 Risk Mgmt Service 820$ 845 870 896 923 951 979 1,008 1,039 1,070 1,102 295 541000 Info Technology Charge 6,010$ 6,190 6,376 6,567 6,764 6,967 7,176 7,392 7,613 7,842 8,077 296 541800 Administrative Charge 50,350$ 51,861 53,416 55,019 56,669 58,369 60,121 61,924 63,782 65,695 67,666 297 542000 Employee Benefits-Fixed 650$ 670 690 710 732 754 776 799 823 848 874 298 Total 02042 Recycling - Multifamily 394,820$ 390,429 404,934 419,833 435,312 451,396 468,110 485,480 503,534 522,301 541,810 299 02043 Recycling - Commercial 300 Personal Services 301 510100 Full Time Salaries & Wages 297,650$ 314,820 327,413 340,509 354,130 368,295 383,027 398,348 414,282 430,853 448,087 302 510500 Overtime 16,390$ 16,390 17,046 17,727 18,437 19,174 19,941 20,739 21,568 22,431 23,328 303 520100 Life Ins $2500 Empl & Pens 10$ 10 11 11 12 13 13 14 15 16 17 304 520300 Samp Life Insurance 160$ 180 191 202 214 227 241 255 271 287 304 305 520400 Major Medical Ins-Emp 76,670$ 87,810 93,079 98,663 104,583 110,858 117,510 124,560 132,034 139,956 148,353 306 520600 Social Security-Employee 4,550$ 4,790 4,982 5,181 5,388 5,604 5,828 6,061 6,303 6,555 6,818 307 520700 Emp Pension Plan 40,820$ 42,930 44,780 46,571 48,434 50,371 52,386 54,481 56,660 58,927 61,284 Prepared by Stantec Consulting Services Inc. on 7/25/2019 9 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 308 520900 Workers Compensation 6,390$ 6,390 6,646 6,911 7,188 7,475 7,774 8,085 8,409 8,745 9,095 309 522000 CWA Life 1,480$ 1,520 1,611 1,708 1,810 1,919 2,034 2,156 2,286 2,423 2,568 310 Other Operating 311 530300 Other Contractual Serv 422,200$ 422,200 434,866 447,912 461,349 475,190 489,446 504,129 519,253 534,830 550,875 312 531100 Inv Purchase-Resale 19,000$ 19,000 19,000 19,000 19,000 19,000 19,000 19,000 19,000 19,000 19,000 313 542200 Elec-Util Charges 8,240$ 8,240 8,487 8,742 9,004 9,274 9,552 9,839 10,134 10,438 10,751 314 542900 Interfd Admin Service Chg 27,920$ 14,700 15,141 15,595 16,063 16,545 17,041 17,553 18,079 18,622 19,180 315 543100 Advertising 22,230$ 22,230 22,897 23,584 24,291 25,020 25,771 26,544 27,340 28,160 29,005 316 543200 Other Promotion Activity 50$ 50 52 53 55 56 58 60 61 63 65 317 543400 Printing & Binding 2,320$ 2,320 2,390 2,461 2,535 2,611 2,690 2,770 2,853 2,939 3,027 318 544100 Equipt Rental 3,000$ 3,000 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 319 545100 Insurance 19,440$ 19,440 20,023 20,624 21,243 21,880 22,536 23,212 23,909 24,626 25,365 320 546200 Other Equip Svc & Repair 6,180$ 6,180 6,365 6,556 6,753 6,956 7,164 7,379 7,601 7,829 8,063 321 546500 Garage Eq Repair Svcs 11,360$ 11,360 11,360 11,360 11,360 11,360 11,360 11,360 11,360 11,360 11,360 322 547100 Uniforms-Employee 4,020$ 4,020 4,141 4,265 4,393 4,525 4,660 4,800 4,944 5,092 5,245 323 547200 Travel Expense-Emp 4,000$ 4,000 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 324 547300 Mileage Reimbursement 270$ 270 278 286 295 304 313 322 332 342 352 325 550100 Office Supplies 1,440$ 1,440 1,483 1,528 1,574 1,621 1,669 1,719 1,771 1,824 1,879 326 550400 Operating Supplies & Matls 30,100$ 30,100 31,003 31,933 32,891 33,878 34,894 35,941 37,019 38,130 39,274 327 557100 Memberships/Subs/Lic Emp 1,800$ 1,800 1,854 1,910 1,967 2,026 2,087 2,149 2,214 2,280 2,349 328 557200 Officl Recognition-Emp 90$ 90 93 95 98 101 104 107 111 114 117 329 557300 Training & Ref Employee 3,500$ 3,500 3,605 3,713 3,825 3,939 4,057 4,179 4,305 4,434 4,567 330 Internal Services2 331 540100 Garage Services 449,670$ 463,160 477,055 491,367 506,108 521,291 536,929 553,037 569,629 586,717 604,319 332 540500 Radio Svc-Fixed 860$ 886 912 940 968 997 1,027 1,058 1,089 1,122 1,156 333 540900 Risk Mgmt Service 2,460$ 2,534 2,610 2,688 2,769 2,852 2,937 3,025 3,116 3,210 3,306 334 541000 Info Technology Charge 28,130$ 28,974 29,843 30,738 31,661 32,610 33,589 34,596 35,634 36,703 37,804 335 541500 Garage Variable3 11,000$ 11,000 1,133 1,167 1,202 1,238 1,275 1,313 1,353 1,393 1,435 336 541800 Administrative Charge 89,260$ 91,938 94,696 97,537 100,463 103,477 106,581 109,779 113,072 116,464 119,958 337 542000 Employee Benefits-Fixed 1,960$ 2,019 2,079 2,142 2,206 2,272 2,340 2,411 2,483 2,557 2,634 338 Capital Outlay 339 571300 Principal-Leased Equipment 79,160$ 76,240 76,240 76,240 76,240 76,240 76,240 76,240 76,240 76,240 76,240 340 572300 Interest-Leased Equipt 6,790$ 8,250 8,250 8,250 8,250 8,250 8,250 8,250 8,250 8,250 8,250 341 Total 02043 Recycling - Commercial 1,700,570$ 1,733,780 1,778,822 1,835,597 1,894,406 1,955,327 2,018,441 2,083,832 2,151,588 2,221,801 2,294,565 342 Additional Expenses 343 Compensation Study -$ 543,000 564,720 587,309 610,801 635,233 660,643 687,068 714,551 743,133 772,858 342 Total Expenses by Category 344 Personal Services 7,691,300$ 8,471,280 8,871,468 9,255,739 9,657,146 10,076,481 10,514,571 10,972,287 11,450,539 11,950,284 12,472,521 345 Operations & Maintenance 16,844,550$ 16,100,753 16,483,960 17,127,816 17,800,926 18,504,763 19,240,881 20,010,919 20,816,604 21,659,759 22,145,496 346 Capital Outlay 128,080$ 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 347 Total Expenses 24,663,930$ 24,698,653 25,482,048 26,510,176 27,584,692 28,707,864 29,882,072 31,109,826 32,393,764 33,736,663 34,744,637 348 Expense Execution Factors 349 Personal Services 100%100%100%100%100%100%100%100%100%100%100% 350 Operations & Maintenance 100%100%100%100%100%100%100%100%100%100%100% 351 Capital Outlay 100%100%100%100%100%100%100%100%100%100%100% 352 Total Expenses at Execution 353 Personal Services 7,691,300$ 8,471,280 8,871,468 9,255,739 9,657,146 10,076,481 10,514,571 10,972,287 11,450,539 11,950,284 12,472,521 354 Operations & Maintenance 16,844,550$ 16,100,753 16,483,960 17,127,816 17,800,926 18,504,763 19,240,881 20,010,919 20,816,604 21,659,759 22,145,496 355 Capital Outlay 128,080$ 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 356 Total Expenses at Execution 24,663,930$ 24,698,653 25,482,048 26,510,176 27,584,692 28,707,864 29,882,072 31,109,826 32,393,764 33,736,663 34,744,637 357 Transfers Out 358 Transfers Out for Capital Projects 359 315-96426 Facility R & R 125,000$ 128,750 132,613 136,591 140,689 144,909 149,257 153,734 158,346 163,097 167,990 360 315-96443 Res.Container Acquisition 125,000$ 129,050 133,222 137,518 141,944 146,502 151,197 166,033 171,014 176,144 181,429 361 315-96444 Comm. Container Acquisition 250,000$ 258,550 267,357 276,427 285,770 295,393 305,305 350,514 361,029 371,860 383,016 362 315-96445 Solar Trash/Recy Kiosks 25,000$ 25,000 25,000 25,000 25,000 25,000 25,000 - - - - 363 SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit -$ 93,349 - - - - - - - - - 364 315-96448 Solid Waste CNG Station -$ - 1,473,177 - - - - - - - - Prepared by Stantec Consulting Services Inc. on 7/25/2019 10 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 365 315-96804 Recycling Container Acq 90,000$ 92,700 95,481 98,345 101,296 104,335 119,405 122,987 126,677 130,477 134,392 366 315-96805 Recycling Exp/Prom & R&R 10,000$ 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 13,439 367 SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement -$ - - 326,069 - - - - - - - 368 Interfund Transfers 369 4242082 590200 Transfer Out - Interfund 547,390$ 558,540 568,487 585,337 604,628 626,326 648,837 672,192 696,424 721,564 747,647 370 4242083 590200 Transfer Out - Interfund 398,370$ 406,480 413,719 425,982 440,021 455,811 472,194 489,191 506,826 525,121 544,103 371 4242084 590200 Transfer Out - Interfund 123,540$ 126,060 128,305 132,108 136,462 141,359 146,440 151,711 157,180 162,854 168,741 372 4242087 590200 Transfer Out - Interfund 101,750$ 103,820 105,669 108,801 112,387 116,420 120,604 124,945 129,450 134,122 138,971 373 4242088 590200 Transfer Out - Interfund 63,600$ 64,900 66,056 68,014 70,255 72,776 75,392 78,106 80,922 83,843 86,873 374 4242089 590200 Transfer Out - Interfund 11,690$ 11,930 12,142 12,502 12,914 13,378 13,859 14,358 14,875 15,412 15,969 375 4262041 590200 Transfer Out - Interfund 23,280$ 23,750 24,173 24,889 25,710 26,632 27,590 28,583 29,613 30,682 31,791 376 4262042 590200 Transfer Out - Interfund 46,100$ 47,040 47,878 49,297 50,921 52,749 54,645 56,612 58,653 60,770 62,966 377 4262043 590200 Transfer Out - Interfund 65,920$ 67,260 68,458 70,487 72,810 75,423 78,134 80,946 83,864 86,892 90,032 378 Total Transfers Out 2,006,640$ 2,147,479 3,572,345 2,488,295 2,232,061 2,308,606 2,399,798 2,502,211 2,587,539 2,675,886 2,767,359 379 Total Cash Outflows 26,670,570$ 26,846,132 29,054,393 28,998,470 29,816,753 31,016,469 32,281,870 33,612,037 34,981,303 36,412,549 37,511,996 1 FY 2019 expenses reflect the FY 2019 Approved Budget. FY 2020 expenses reflect the FY 2020 Proposed Budget. Each year thereafter reflects projected expenses from FY 2020 with the application of cost escalation factors as presented on Schedule 5 of this report. 2 Internal services expenses in FY 2019 reflect the FY 2019 Adopted Budget. Each year thereafter reflects projected expenses from FY 2019 with the application of cost escalation factors presented on Schedule 5 of this report. 4 Interim financing for the transfer station upgrades were provided to the Solid Waste fund. Annual payments of $396,812 will be made for ten years starting in FY 2019. 3 Per input from City staff, Garage Variable costs largely reflect direct haul costs to Pinellas County Solid Waste Facility. As the transfer station upgrades come to completion in December 2019 (FY 2020), direct haul costs are projected to decline significantly. As such, staff expects a reduction to these costs of approximately 75% in FY 2020 and 90% in FY 2021. Prepared by Stantec Consulting Services Inc. on 7/25/2019 11 Cost Escalation Factors Schedule 5 Expense Line Item Description Inflation Factor FY 20201 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 510100 Full Time Salaries & Wages Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510200 Part Time Salaries & Wages Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510400 Special Pay Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510500 Overtime Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510600 Vacation Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510700 Sick Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510800 Other Paid Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512200 Injury Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512300 Funeral Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512500 Jury Holiday Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512600 Union Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512700 Holiday Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 520100 Life Ins $2500 Empl & Pens Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520200 1% Life Insurance-Employee Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520300 Samp Life Insurance Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520400 Major Medical Ins-Emp Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520600 Social Security-Employee Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 520700 Emp Pension Plan Pension Contribution 13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00% 520900 Workers Compensation Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 521000 Disability Insurance Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 521100 Unemployment Compensation Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 522000 CWA Life Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 529400 OPEB Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 529700 Net Pension Asset/Liab Adjust Pension Contribution 13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00% 530100 Professional Services Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 530300 Other Contractual Serv Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542200 Elec-Util Charges Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542300 Gas,Water & Sanitation Utl Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542500 Postage Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542700 Interfd Svc Chg-Other Fund Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542800 Interfd Other Serv Chgs Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542900 Interfd Admin Service Chg Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543100 Advertising Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543200 Other Promotion Activity Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543400 Printing & Binding Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543500 Dump Fee Dump Fee 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 544100 Equipt Rental Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 545100 Insurance Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 546200 Other Equip Svc & Repair Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547100 Uniforms-Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547200 Travel Expense-Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547300 Mileage Reimbursement Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547400 Meals-Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 548100 Bad Debt Expense Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 549000 PCard Suspense Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 549500 PCard Disputes Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 550100 Office Supplies Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 550400 Operating Supplies & Matls Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 557100 Memberships/Subs/Lic Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 557200 Officl Recognition-Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 557300 Training & Ref Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540100 Garage Services Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540300 Telephone Service Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540500 Radio Svc-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540600 Telephone Svc Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540700 Postal Service Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540900 Risk Mgmt Service Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541000 Info Technology Charge Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541500 Garage Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541600 Bldg & Maint-Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Prepared by Stantec Consulting Services Inc. on 7/25/2019 12 Cost Escalation Factors Schedule 5 Expense Line Item Description Inflation Factor FY 20201 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 541800 Administrative Charge Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542000 Employee Benefits-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 530400 Lot Mowing Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 531100 Inventory Purch for Resale Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542100 Utilities-Telephone Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543800 Fines and Penalties Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 548000 Other Charges Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 548600 Loss on Disposal of Assets Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 552500 $1000-$4999 Mach & Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 564000 >$5000 Machinery & Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 565800 Cost Matl & Services Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 569600 Contra Acct-Capital Outlay Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540200 Printing Services (Proj/Prog)Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541300 Printing Services (Proj/Prog)Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541400 Purchasing Svc Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541700 Radio Service Chgs-Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 510900 Special Acting Pay Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 551800 Computer Parts (9860)Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 562600 Buildgs-Matl Purchase Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 564200 >$5000 Furn & Off Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 564300 >$5000 Computer Software Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 565400 Other Strc-Misc Costs Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 521500 Medical Examinations Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 543900 Other Refunds Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 546100 Repairs & Svc-Office Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 546700 R & R Structural Facil Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547900 Strategies for Success Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 550800 Construction Materials Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 562200 St Walk Drn-Const City Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 510200 Salaries & Wages-Part Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 520200 Life Ins 1% Employee Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 542700 Interfund Svc Chgs-Enterprise Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542800 Interfund Svc Chgs-Gen Fd Ops Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541600 Bldg & Maint Chgs-Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 511500 Commissions Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 541200 Custodial Service Chgs-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542300 Utilities-Gas Water Sanitation Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540400 Messenger Service Chgs-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540600 Telephone Service Chgs-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Weighted Average Annual Operating Costs Adjustments 3.19%4.05%4.07%4.09%4.11%4.13%4.14%4.16%3.00% Default Inflation Factor 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 1 Expenditures in FY 2019 reflect the FY 2019 Adopted Budget and FY 2020 expenditures reflect the FY 2020 Proposed Budget, with the exception of Internal Service Charges. Internal Service Charges in FY 2019 relfect the FY 2019 Adopted Budget. Each year thereafter reflects projected expenses from FY 2019 with the application of cost escalation factors presented on Schedule 5 of this report. Prepared by Stantec Consulting Services Inc. on 7/25/2019 13 Capital Improvement Program Schedule 6 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Solid Waste Fund 2 315-96426 Facility R & R $ 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 3 315-96443 Res.Container Acquisition $ 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 4 315-96444 Comm. Container Acquisition $ 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 5 315-96445 Solar Trash/Recy Kiosks $ - - - - - - - - - - - 6 SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit $ 13,000,000 3,111,649 - - - - - - - - - 7 315-96448 Solid Waste CNG Station $ - - 500,000 1,000,000 - - - - - - - 8 315-96449 Solid Waste Truck Wash Facility $ - - - - - - - - - - - 9 Recycling Fund 10 315-96804 Recycling Container Acq $ 90,000 90,000 90,000 90,000 90,000 90,000 100,000 100,000 100,000 100,000 100,000 11 315-96805 Recycling Exp/Prom & R&R $ 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 12 SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement $ - - 1,000,000 2,859,675 - - - - - - - 13 Total CIP Budget (in current dollars) $ 13,645,000 3,756,649 2,145,000 4,504,675 645,000 645,000 655,000 655,000 655,000 655,000 655,000 14 Cumulative Projected Cost Escalation1 0.0%3.0%6.1%9.3%12.6%15.9%19.4%23.0%26.7%30.5%34.4% 15 Resulting CIP Funding Level $ 13,645,000 3,869,348 2,275,631 4,922,380 725,953 747,732 782,104 805,567 829,734 854,626 880,265 16 Annual CIP Execution Percentage 100%100%100%100%100%100%100%100%100%100%100% 17 Final CIP Funding Level $ 13,645,000 3,869,348 2,275,631 4,922,380 725,953 747,732 782,104 805,567 829,734 854,626 880,265 1 Escalation factors applied are consistent with average annual change in Engineering News Record Construction Cost Index. Prepared by Stantec Consulting Services Inc. on 7/25/2019 14 FAMS - Control Panel Schedule 7 FAMS-XL CITY OF CLEARWATER, FL FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2023 FY 2028 Solid Waste Rate Plan 0.00%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%20.19%44.49% Roll-Off Rate Plan 0.00%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%20.21%44.49% Recycling Rate Plan 0.00%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%PILOT 5.50% SF Solid Waste & Recycling Bill $31.72 $32.91 $34.14 $35.42 $36.75 $38.13 $39.56 $41.05 $42.59 $44.19 $45.84 PC Tip Fee % Inc 6.00% CALC SAVE CTRL LAST OVR Operating Fund CIP Spending Revenues vs. Expenses CIP Funding Expenses by Type $0.0M $5.0M $10.0M $15.0M $20.0M $25.0M 19 20 21 22 23 24 25 26 27 28 29 Capital Projects Funds $0.0M $10.0M $20.0M $30.0M $40.0M 18 19 20 21 22 23 24 25 26 27 28 29 Current Plan Target $0.0M $5.0M $10.0M $15.0M $20.0M $25.0M 19 20 21 22 23 24 25 26 27 28 29 Current Plan $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 25 26 27 28 29 O&M Cash In Cash Out $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 25 26 27 28 29 O&M PS CO TO $0.0M $5.0M $10.0M $15.0M $20.0M $25.0M 18 19 20 21 22 23 24 25 26 27 28 29 Current Plan Capital Project Funds Prepared by Stantec Consulting Services Inc. on 7/25/2019 15 Pro Forma Schedule 8 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Operating Revenue 2 Solid Waste, Roll-Off And Recycling Rate Revenue 24,844,792$ 24,844,792 25,651,972 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 4 Subtotal 24,844,792$ 24,724,792 25,593,457 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 5 Weighted Average Rate Increase 3.75%1 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 6 Additional Rate Revenue From Rate Increase -$ 927,180 959,755 995,745 1,033,086 1,071,827 1,112,020 1,153,721 1,196,985 1,241,872 1,288,443 7 Total Rate Revenue 24,844,792$ 25,651,972 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 35,646,910 8 Plus: Other Operating Revenue 1,244,075$ 1,210,148 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 9 Equals: Total Operating Revenue 26,088,867$ 26,862,120 27,747,414 28,743,160 29,776,246 30,848,072 31,960,092 33,113,813 34,310,799 35,552,671 36,841,114 10 Less: Operating Expenses 11 Personal Services (7,691,300)$ (8,471,280) (8,871,468) (9,255,739) (9,657,146) (10,076,481) (10,514,571) (10,972,287) (11,450,539) (11,950,284) (12,472,521) 12 Operations & Maintenance Costs (16,844,550)$ (16,100,753) (16,483,960) (17,127,816) (17,800,926) (18,504,763) (19,240,881) (20,010,919) (20,816,604) (21,659,759) (22,145,496) 13 Equals: Net Operating Income 1,553,017$ 2,290,088 2,391,987 2,359,604 2,318,173 2,266,829 2,204,640 2,130,607 2,043,655 1,942,628 2,223,097 14 Plus: Non-Operating Income/(Expense) 15 Non-Operating Revenue 28,000$ 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 16 Interest Income 672,088$ 582,207 604,799 549,148 509,617 519,443 525,959 529,034 528,342 523,054 517,628 20 Equals: Net Income 2,253,105$ 2,900,294 3,024,785 2,936,753 2,855,790 2,814,272 2,758,599 2,687,641 2,599,997 2,493,682 2,768,725 21 Cash Flow Test 22 Net Income Available For Debt Service 2,253,105$ 2,900,294 3,024,785 2,936,753 2,855,790 2,814,272 2,758,599 2,687,641 2,599,997 2,493,682 2,768,725 23 Less: Non-Operating Expenditures 24 Net Interfund Transfers (In - Out)(2,006,640)$ (2,147,479) (3,572,345) (2,488,295) (2,232,061) (2,308,606) (2,399,798) (2,502,211) (2,587,539) (2,675,886) (2,767,359) 25 Capital Outlay (128,080)$ (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) 26 Net Cash Flow 118,385$ 626,195 (674,180) 321,838 497,109 379,047 232,181 58,810 (114,163) (308,824) (125,254) 27 Unrestricted Reserve Fund Test 28 Balance At Beginning Of Fiscal Year 17,520,688$ 17,639,073 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 29 Cash Flow Surplus/(Deficit)118,385$ 626,195 - 321,838 497,109 379,047 232,181 58,810 - - - 30 Reserve Fund Balance Used For Cash Flow Deficit -$ - (674,180) - - - - - (114,163) (308,824) (125,254) 31 Balance At End Of Fiscal Year 17,639,073$ 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 18,531,831 32 Minimum Working Capital Reserve Target 12,267,925$ 12,286,016 12,677,714 13,191,778 13,729,036 14,290,622 14,877,726 15,491,603 16,133,572 16,805,022 17,309,009 33 Excess/(Deficiency) Of Working Capital To Target 5,371,148$ 5,979,251 4,913,374 4,721,148 4,680,998 4,498,460 4,143,536 3,588,469 2,832,337 1,852,064 1,222,823 1 A 3.75% rate increase became effective at the beginning of FY 2019 (October 1, 2018). Projected revenues for FY 2019 on Line 2 reflect those effective rate increases. Prepared by Stantec Consulting Services Inc. on 7/25/2019 16 Capital Project Funding Summary by Sub Fund Schedule 9 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96426 Facility R & R 125,000$ 128,750$ 132,613$ 136,591$ 140,689$ 144,909$ 149,257$ 153,734$ 158,346$ 163,097$ 167,990$ 315-96443 Res.Container Acquisition 135,000 139,050 143,222 147,518 151,944 156,502 161,197 166,033 171,014 176,144 181,429 315-96444 Comm. Container Acquisition 285,000 293,550 302,357 311,427 320,770 330,393 340,305 350,514 361,029 371,860 383,016 Srts 180001 (Previously 96447) Sw Transfer Station Upgrade & Retrofit 13,000,000 3,204,998 - - - - - - - - - 315-96448 Solid Waste Cng Station - - 530,450 1,092,727 - - - - - - - 315-96804 Recycling Container Acq 90,000 92,700 95,481 98,345 101,296 104,335 119,405 122,987 126,677 130,477 134,392 315-96805 Recycling Exp/Prom & R&R 10,000 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 13,439 Sr 180003 (Previously 96809 & 10) Processing Center Bldg Replacement - - 1,060,900 3,124,844 - - - - - - - 315-96445 Solar Trash/Recy Kiosks - - - - - - - - - - - 315-96449 Solid Waste Truck Wash Facility - - - - - - - - - - - Revenue Fund - - - - - - - - - - - Total Projects Paid 13,645,000$ 3,869,348$ 2,275,631$ 4,922,380$ 725,953$ 747,732$ 782,104$ 805,567$ 829,734$ 854,626$ 880,265$ Prepared by Stantec Consulting Services Inc. on 7/25/2019 17 Detailed Funding by Fund Schedule 10 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96426 Facility R & R Balance At Beginning Of Fiscal Year 824,539$ 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 Annual Revenues 125,000$ 128,750 132,613 136,591 140,689 144,909 149,257 153,734 158,346 163,097 167,990 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 949,539$ 953,289 957,151 961,129 965,227 969,448 973,795 978,273 982,885 987,635 992,528 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 949,539$ 953,289 957,151 961,129 965,227 969,448 973,795 978,273 982,885 987,635 992,528 Amount Paid For Projects (125,000)$ (128,750) (132,613) (136,591) (140,689) (144,909) (149,257) (153,734) (158,346) (163,097) (167,990) Subtotal 824,539$ 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 16,491$ 18,552 20,613 20,613 20,613 20,613 20,613 20,613 20,613 20,613 20,613 Less: Interest Allocated To Cash Flow (16,491)$ (18,552) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) Balance At End Of Fiscal Year 824,539$ 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 315-96443 Res.Container Acquisition Balance At Beginning Of Fiscal Year 472,235$ 462,235 452,235 442,235 432,235 422,235 412,235 402,235 402,235 402,235 402,235 Annual Revenues 125,000$ 129,050 133,222 137,518 141,944 146,502 151,197 166,033 171,014 176,144 181,429 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 597,235$ 591,285 585,456 579,753 574,178 568,737 563,432 568,268 573,249 578,379 583,663 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 597,235$ 591,285 585,456 579,753 574,178 568,737 563,432 568,268 573,249 578,379 583,663 Amount Paid For Projects (135,000)$ (139,050) (143,222) (147,518) (151,944) (156,502) (161,197) (166,033) (171,014) (176,144) (181,429) Subtotal 462,235$ 452,235 442,235 432,235 422,235 412,235 402,235 402,235 402,235 402,235 402,235 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 9,345$ 10,288 11,181 10,931 10,681 10,431 10,181 10,056 10,056 10,056 10,056 Less: Interest Allocated To Cash Flow (9,345)$ (10,288) (11,181) (10,931) (10,681) (10,431) (10,181) (10,056) (10,056) (10,056) (10,056) Balance At End Of Fiscal Year 462,235$ 452,235 442,235 432,235 422,235 412,235 402,235 402,235 402,235 402,235 402,235 315-96444 Comm. Container Acquisition Balance At Beginning Of Fiscal Year 667,998$ 632,998 597,998 562,998 527,998 492,998 457,998 422,998 422,998 422,998 422,998 Annual Revenues 250,000$ 258,550 267,357 276,427 285,770 295,393 305,305 350,514 361,029 371,860 383,016 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 917,998$ 891,548 865,355 839,425 813,768 788,391 763,303 773,512 784,028 794,858 806,014 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 917,998$ 891,548 865,355 839,425 813,768 788,391 763,303 773,512 784,028 794,858 806,014 Amount Paid For Projects (285,000)$ (293,550) (302,357) (311,427) (320,770) (330,393) (340,305) (350,514) (361,029) (371,860) (383,016) Subtotal 632,998$ 597,998 562,998 527,998 492,998 457,998 422,998 422,998 422,998 422,998 422,998 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 13,010$ 13,849 14,512 13,637 12,762 11,887 11,012 10,575 10,575 10,575 10,575 Less: Interest Allocated To Cash Flow (13,010)$ (13,849) (14,512) (13,637) (12,762) (11,887) (11,012) (10,575) (10,575) (10,575) (10,575) Balance At End Of Fiscal Year 632,998$ 597,998 562,998 527,998 492,998 457,998 422,998 422,998 422,998 422,998 422,998 Srts 180001 (Previously 96447) Sw Transfer Station Upgrade & Retrofit Balance At Beginning Of Fiscal Year 16,111,649$ 3,111,649 - - - - - - - - - Annual Revenues -$ 93,349 - - - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 16,111,649$ 3,204,998 - - - - - - - - - Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 16,111,649$ 3,204,998 - - - - - - - - - Amount Paid For Projects (13,000,000)$ (3,204,998) - - - - - - - - - Subtotal 3,111,649$ - - - - - - - - - - Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 192,233$ 35,006 - - - - - - - - - Less: Interest Allocated To Cash Flow (192,233)$ (35,006) - - - - - - - - - Balance At End Of Fiscal Year 3,111,649$ - - - - - - - - - - Prepared by Stantec Consulting Services Inc. on 7/25/2019 18 Detailed Funding by Fund Schedule 10 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96448 Solid Waste Cng Station Balance At Beginning Of Fiscal Year 150,000$ 150,000 150,000 1,092,727 - - - - - - - Annual Revenues -$ - 1,473,177 - - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 150,000$ 150,000 1,623,177 1,092,727 - - - - - - - Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 150,000$ 150,000 1,623,177 1,092,727 - - - - - - - Amount Paid For Projects -$ - (530,450) (1,092,727) - - - - - - - Subtotal 150,000$ 150,000 1,092,727 - - - - - - - - Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 3,000$ 3,375 15,534 13,659 - - - - - - - Less: Interest Allocated To Cash Flow (3,000)$ (3,375) (15,534) (13,659) - - - - - - - Balance At End Of Fiscal Year 150,000$ 150,000 1,092,727 - - - - - - - - 315-96804 Recycling Container Acq Balance At Beginning Of Fiscal Year 343,760$ 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 Annual Revenues 90,000$ 92,700 95,481 98,345 101,296 104,335 119,405 122,987 126,677 130,477 134,392 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 433,760$ 436,460 439,241 442,106 445,056 448,095 463,166 466,748 470,437 474,238 478,152 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 433,760$ 436,460 439,241 442,106 445,056 448,095 463,166 466,748 470,437 474,238 478,152 Amount Paid For Projects (90,000)$ (92,700) (95,481) (98,345) (101,296) (104,335) (119,405) (122,987) (126,677) (130,477) (134,392) Subtotal 343,760$ 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 6,875$ 7,735 8,594 8,594 8,594 8,594 8,594 8,594 8,594 8,594 8,594 Less: Interest Allocated To Cash Flow (6,875)$ (7,735) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) Balance At End Of Fiscal Year 343,760$ 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 315-96805 Recycling Exp/Prom & R&R Balance At Beginning Of Fiscal Year 117,149$ 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 Annual Revenues 10,000$ 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 13,439 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 127,149$ 127,449 127,758 128,076 128,404 128,742 129,090 129,448 129,817 130,197 130,588 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 127,149$ 127,449 127,758 128,076 128,404 128,742 129,090 129,448 129,817 130,197 130,588 Amount Paid For Projects (10,000)$ (10,300) (10,609) (10,927) (11,255) (11,593) (11,941) (12,299) (12,668) (13,048) (13,439) Subtotal 117,149$ 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 2,343$ 2,636 2,929 2,929 2,929 2,929 2,929 2,929 2,929 2,929 2,929 Less: Interest Allocated To Cash Flow (2,343)$ (2,636) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) Balance At End Of Fiscal Year 117,149$ 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 Sr 180003 (Previously 96809 & 10) Processing Center Bldg Replacement Balance At Beginning Of Fiscal Year 3,859,675$ 3,859,675 3,859,675 2,798,775 - - - - - - - Annual Revenues -$ - - 326,069 - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 3,859,675$ 3,859,675 3,859,675 3,124,844 - - - - - - - Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 3,859,675$ 3,859,675 3,859,675 3,124,844 - - - - - - - Amount Paid For Projects -$ - (1,060,900) (3,124,844) - - - - - - - Subtotal 3,859,675$ 3,859,675 2,798,775 - - - - - - - - Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 77,194$ 86,843 83,231 34,985 - - - - - - - Less: Interest Allocated To Cash Flow (77,194)$ (86,843) (83,231) (34,985) - - - - - - - Balance At End Of Fiscal Year 3,859,675$ 3,859,675 2,798,775 - - - - - - - - Prepared by Stantec Consulting Services Inc. on 7/25/2019 19 Detailed Funding by Fund Schedule 10 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96445 Solar Trash/Recy Kiosks Balance At Beginning Of Fiscal Year 25,232$ 50,232 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 Annual Revenues 25,000$ 25,000 25,000 25,000 25,000 25,000 25,000 - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 Amount Paid For Projects -$ - - - - - - - - - - Subtotal 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 755$ 1,411 2,193 2,818 3,443 4,068 4,693 5,006 5,006 5,006 5,006 Less: Interest Allocated To Cash Flow (755)$ (1,411) (2,193) (2,818) (3,443) (4,068) (4,693) (5,006) (5,006) (5,006) (5,006) Balance At End Of Fiscal Year 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 315-96449 Solid Waste Truck Wash Facility Balance At Beginning Of Fiscal Year 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Annual Revenues -$ - - - - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Amount Paid For Projects -$ - - - - - - - - - - Subtotal 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 11,110$ 12,499 13,888 13,888 13,888 13,888 13,888 13,888 13,888 13,888 13,888 Less: Interest Allocated To Cash Flow (11,110)$ (12,499) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) Balance At End Of Fiscal Year 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Revenue Fund Balance At Beginning Of Fiscal Year 17,520,688$ 17,639,073 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 Net Cash Flow 118,385$ 626,195 (674,180) 321,838 497,109 379,047 232,181 58,810 (114,163) (308,824) (125,254) Less: Cash-Funded Capital Projects -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 17,639,073$ 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 18,531,831 Less: Restricted Funds (12,267,925)$ (12,286,016) (12,677,714) (13,191,778) (13,729,036) (14,290,622) (14,877,726) (15,491,603) (16,133,572) (16,805,022) (17,309,009) Total Amount Available For Projects 5,371,148$ 5,979,251 4,913,374 4,721,148 4,680,998 4,498,460 4,143,536 3,588,469 2,832,337 1,852,064 1,222,823 Amount Paid For Projects -$ - - - - - - - - - - Subtotal 5,371,148$ 5,979,251 4,913,374 4,721,148 4,680,998 4,498,460 4,143,536 3,588,469 2,832,337 1,852,064 1,222,823 Add Back: Restricted Funds 12,267,925$ 12,286,016 12,677,714 13,191,778 13,729,036 14,290,622 14,877,726 15,491,603 16,133,572 16,805,022 17,309,009 Plus: Interest Earnings 351,598$ 403,924 448,204 443,800 454,037 464,989 472,629 476,267 475,575 470,287 464,861 Less: Interest Allocated To Cash Flow (351,598)$ (403,924) (448,204) (443,800) (454,037) (464,989) (472,629) (476,267) (475,575) (470,287) (464,861) Balance At End Of Fiscal Year 17,639,073$ 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 18,531,831 Prepared by Stantec Consulting Services Inc. on 7/25/2019 20 Schedule 11 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 Term (Years)30 30 30 30 30 30 30 30 30 30 30 Interest Rate 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Sources of Funds Par Amount -$ - - - - - - - - - - Uses of Funds Proceeds -$ - - - - - - - - - - Cost of Issuance 1.50%of Par -$ - - - - - - - - - - Debt Service Reserve 1 Year(s) of Debt Service -$ - - - - - - - - - - Total Uses -$ - - - - - - - - - - 1 Year Interest -$ - - - - - - - - - - Annual Debt Service -$ - - - - - - - - - - Total Debt Service -$ - - - - - - - - - - Cumulative New Annual Senior Lien Debt Service1 -$ - - - - - - - - - - 1Reflects interest-only payment due in year of issuance. Senior Lien Borrowing Projections Prepared by Stantec Consulting Services Inc. on 7/25/2019 21 Cost Allocation - Solid Waste vs Recycling Schedule 12 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 Solid Waste Charges for Services - Solid Waste 20,622,159$ 21,395,490 22,197,821 23,030,239 23,893,873 24,789,893 25,719,514 26,683,996 27,684,646 28,722,820 29,799,926 Charges for Services - Roll-Off 2,000,000$ 1,950,500 1,962,934 2,036,544 2,112,915 2,192,149 2,274,355 2,359,643 2,448,130 2,539,935 2,635,182 Other Revenue 1,157,475$ 1,123,548 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 Interest Income 611,962$ 529,869 550,306 499,670 463,700 472,641 478,570 481,368 480,738 475,927 470,990 Subtotal Revenue 24,391,596$ 24,999,407 25,818,664 26,674,056 27,578,091 28,562,287 29,580,042 30,632,610 31,721,116 32,846,285 34,013,701 Personal Services 6,497,910$ 7,121,020 7,462,242 7,784,923 8,121,963 8,474,024 8,841,798 9,226,012 9,627,428 10,046,843 10,485,094 Operations & Maintenance 14,452,250$ 13,782,995 14,107,529 14,680,730 15,281,038 15,909,861 16,568,685 17,259,078 17,982,696 18,741,286 19,139,884 Capital Outlay 42,130$ 42,130 42,130 42,130 42,130 42,130 42,130 42,130 42,130 42,130 42,130 Transfers to General Fund 1,246,340$ 1,271,730 1,294,379 1,332,743 1,376,667 1,426,070 1,477,326 1,530,503 1,585,675 1,642,916 1,702,304 Cash Funded CIP (Including Escalation)525,000$ 634,699 2,031,368 575,536 593,402 611,804 630,759 670,281 690,390 711,101 732,434 Subtotal Expenses 22,763,630$ 22,852,574 24,937,648 24,416,063 25,415,200 26,463,889 27,560,697 28,728,005 29,928,319 31,184,277 32,101,846 % of Solid Waste Costs Recovered 107.2%109.4%103.5%109.2%108.5%107.9%107.3%106.6%106.0%105.3%106.0% Recycling Charges for Services - Recycling 2,222,633$ 2,305,982 2,392,456 2,482,173 2,575,255 2,671,827 2,772,021 2,875,971 2,983,820 3,095,713 3,211,803 Other Revenue 114,600$ 114,600 114,600 114,600 114,600 114,600 114,600 114,600 114,600 114,600 114,600 Interest Income 60,125$ 52,337 54,493 49,479 45,917 46,802 47,389 47,666 47,604 47,127 46,639 Subtotal Revenue 2,397,359$ 2,472,919 2,561,549 2,646,252 2,735,772 2,833,229 2,934,010 3,038,237 3,146,024 3,257,441 3,373,041 Personal Services 1,193,390$ 1,350,260 1,409,226 1,470,816 1,535,183 1,602,457 1,672,773 1,746,275 1,823,112 1,903,441 1,987,427 Operations & Maintenance 2,392,300$ 2,317,758 2,376,431 2,447,086 2,519,888 2,594,902 2,672,196 2,751,841 2,833,908 2,918,473 3,005,612 Capital Outlay 85,950$ 84,490 84,490 84,490 84,490 84,490 84,490 84,490 84,490 84,490 84,490 Transfers to General Fund 135,300$ 138,050 140,509 144,673 149,441 154,804 160,368 166,141 172,130 178,343 184,790 Cash Funded CIP (Including Escalation)100,000$ 103,000 106,090 435,342 112,551 115,927 131,346 135,286 139,345 143,525 147,831 Subtotal Expenses 3,906,940$ 3,993,558 4,116,745 4,582,408 4,401,554 4,552,580 4,721,173 4,884,032 5,052,984 5,228,272 5,410,150 % of Recycling Costs Recovered 61.4%61.9%62.2%57.7%62.2%62.2%62.1%62.2%62.3%62.3%62.3% Total Revenue 26,788,955$ 27,472,327 28,380,213 29,320,308 30,313,862 31,395,516 32,514,051 33,670,847 34,867,141 36,103,726 37,386,742 Total Expenses 26,670,570$ 26,846,132 29,054,393 28,998,470 29,816,753 31,016,469 32,281,870 33,612,037 34,981,303 36,412,549 37,511,996 % of Total Costs Recovered by Total Revenue 100.4%102.3%97.7%101.1%101.7%101.2%100.7%100.2%99.7%99.2%99.7% City of Clearwater, FL Solid Waste & Recycling Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan of 3.75% expired in FY 2019 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop plans as needed Interactive model & decision support Key Challenges $540K6.0% Annual Rate Increases at Pinellas County landfill -13% Increase in Personnel Costs per Compensation & Classification Study Reduction in Roll off revenues $16M Funding of Transfer Station Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 Rate Adjustment 3.75%3.75%3.75%3.75%3.75% Monthly Bill $32.91 $34.14 $35.42 $36.75 $38.13 $ Change $1.19 $1.23 $1.28 $1.33 $1.38 Operating Fund CIP Spending Revenues vs. Expenses CIP Funding $0.0M $10.0M $20.0M $30.0M $40.0M 18 19 20 21 22 23 24 Current Plan Target $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 O&M Cash In Cash Out BelleairCity of TampaClearwaterSt. PetersburgGulfportLargoDunedinHillsborough County OldsmarPasco CountyPinellas Park $- $ 5 $ 10 $ 15 $ 20 $ 25 $ 30 $ 35 $ 40 FY 19 & FY 20 Residential Solid Waste & Recycling BillLocal Cost Comparison Note: The bill comparisons presented on this survey do not consider frequency of trash and recycling pick up service or additional sanitation services/charges provided by each community. The level of service provided varies significantly by community. Recommendations Summary •Approve a new 5-year plan of annual rate adjustments (FY 2020 thru FY 2024) •Financial Management Plan as presented: Ensures adequate reserve balances •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements 2020 Utility Bill Impact Analysis Typical Single-Family Residential Monthly Utility Bill 3,000 gallons of water & sewer volume FY 19 FY 20 $ Change % Change Domestic Water $22.29 $23.18 $0.89 4.0% Sewer 30.66 31.89 1.23 4.0% Solid Waste 28.80 29.88 1.08 3.75% Recycling 2.92 3.03 0.11 3.75% Stormwater 14.65 13.40 -1.25 -8.50% 10% Utility Tax on Water 2.23 2.32 0.09 4.0% Total $101.55 $103.70 $2.15 2.12% Questions & Discussion City of Clearwater, FLSolid Waste & Recycling Revenue Sufficiency Analysis Financial Planning& Rate-Setting HistoryCity’s practice – adopt multi-year rate plansCurrent approved plan of 3.75% expired in FY 2019City conducts annual or bi-annual revenue sufficiency studies for all its utility fundsValidate, revise, and/or develop plans as neededInteractive model & decision support Overview of the ProcessINPUTSHistorical Financial DataCustomer & Demand ForecastCapital & Operating PlansPolicy ConsiderationsRegulatory RequirementsOUTPUTSRevenue & Operating Cost ForecastCapital Funding Plan & New DebtReserves, Debt Coverage, KPI’sRate Adjustment RequirementsCustomer ImpactsFINANCIAL MANAGEMENT PLANInteractive Model & Decision Support FAMS-XL Key Challenges $540K6.0%Annual Rate Increases at Pinellas County landfill-13% Increase in Personnel Costs per Compensation & Classification StudyReduction in Roll off revenues$16MFunding of Transfer Station Financial Plan SummaryFinancial PlanFiscal YearFY 2020 FY 2021 FY 2022 FY 2023 FY 2024Rate Adjustment 3.75% 3.75% 3.75% 3.75% 3.75%Monthly Bill $32.91 $34.14 $35.42 $36.75 $38.13$ Change $1.19 $1.23 $1.28 $1.33 $1.38Operating Fund Revenues vs. Expenses$0.0M$10.0M$20.0M$30.0M$40.0M18 19 20 21 22 23 24Current PlanTarget$0.0M$10.0M$20.0M$30.0M$40.0M19 20 21 22 23 24O&MCash InCash OutRecommendation is to approve new 5-year plan of annual rate adjustments (FY20 through FY24) BelleairCity of TampaClearwaterSt. PetersburgGulfportLargoDunedinHillsboroughCountyOldsmarPasco CountyPinellas Park $- $ 5 $ 10 $ 15 $ 20 $ 25 $ 30 $ 35 $ 40FY 19 & FY 20 Residential Solid Waste & Recycling BillLocal Cost ComparisonNote: The bill comparisons presented on this survey do not consider frequency of trash and recycling pick up service or additional sanitation services/charges provided by each community. The level of service provided varies significantly by community. Recommendations Summary•Approve a new 5-year plan of annual rate adjustments (FY 2020 through FY 2024)•Financial Management Plan as presented:Ensures adequate reserve balances•Annual or bi-annual updates so necessary changes can be made to Financial PlanDriven by:updated revenue and expense datachanges in economic conditionscontractual service costsregulatory requirements 2020 Utility Bill Impact AnalysisTypical Single-Family Residential Monthly Utility Bill3,000 gallons of water & sewer volumeFY 19 FY 20 $ Change % ChangeDomestic Water $22.29 $23.18 $0.89 4.0%Sewer 30.66 31.89 1.23 4.0%Solid Waste 28.80 29.88 1.08 3.75%Recycling 2.92 3.03 0.11 3.75%Stormwater 14.65 13.40 -1.25 -8.50%10% Utility Tax on Water2.23 2.32 0.09 4.0%Total $101.55 $103.70 $2.15 2.12% Questions & Discussion Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6662 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Approve State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentive Certification for the closeout year 2016-2017 and interim years 2017-2018 and 2018-2019 and allow the appropriate officials to execute same. SUMMARY: The Florida Legislature enacted the William E. Sadowski Affordable Housing Act (Act) in 1992. The Act created a dedicated revenue source for state and local housing trust funds including the State Housing Initiatives Partnership (SHIP) Program. Through the SHIP Program, the Economic Development and Housing Department has provided funding for the following housing activities: Downpayment and closing costs assistance of existing structures; the construction of new dwellings; the rehabilitation of owner-occupied single-family dwellings; and the construction, acquisition, and rehabilitation of rental properties. All local governments receiving SHIP funds must submit their annual report to the Florida Housing Finance Corporation by September 15 of each year. The annual report provides details of expended and encumbered funds. The report also provides information on the strategies funded, the number of households served, and income category, age, family size, race and other data regarding special needs populations such as homeless persons, persons with disabilities and the elderly. The report is submitted electronically to the State of Florida. For closeout year 2016-2017, the City received $722,636 from the state annual distribution which includes a special allocation of $15,741 for homebuyer education, $213,239.21 in program income and related interest, and carryover of a negative balance of $13,501.53 from previous year funds. The department assisted 29 families utilizing its approved strategies. The department also used these SHIP funds and SHIP program income to match federal program funds to support other existing housing programs. SHIP funding has a positive impact on the City’s economy, as evidenced by activities in closeout year 2016-2017, where the City expended $845,610.40 on SHIP strategies in SHIP dollars to leverage over $3.8 million in other funds. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6662 Page 2 City of Clearwater Printed on 9/5/2019 SHIP Annual Report Clearwater FY 2016/2017 Closeout Report Status:UnsubmittedTitle: Form 1 Code Strategy Expended Amount Units Encumbered Amount Units Unencumbered Amount Units 1 Purchase Assist with Rehab $67,640.00 5 2 Purchase Assistance w / o Rehab $27,395.00 2 3 Owner-Occupied Rehabilitation $184,871.27 5 5 Disaster Mitigation $3,184.00 1 10 New Construction $311,114.15 12 Homeownership Totals:$594,204.42 25 Homeownership SHIP Distribution Summary Code Strategy Expended Amount Units Encumbered Amount Units Unencumbered Amount Units 14 Multi-Family Housing $251,405.98 4 Rental Totals:$251,405.98 4 Rentals Subtotals:$845,610.40 29 Additional Use of Funds Use Expended Administrative $70,689.50 Homeownership Counseling $15,741.00 Admin From Program Income $10,661.96 Admin From Disaster Funds Totals:$942,702.86 $.00 $.0029 Total Revenue (Actual and/or Anticipated) for Local SHIP Trust Fund 1Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Description Eff.1 Bed 2 Bed 3 Bed 4 Bed ELI 315 360 510 667 824 VLI 523 561 673 777 867 LOW 837 897 1,077 1,244 1,388 MOD 1,257 1,347 1,617 1,866 2,082 Up to 140%1,466 1,571 1,886 2,177 2,429 Rental Unit Information Recap of Funding Sources for Units Produced ("Leveraging") Source of Funds Produced through June 30th for Units Amount of Funds Expended to Date % of Total Value SHIP Funds Expended $845,610.40 18.18% Public Moneys Expended $678,876.25 14.60% Private Funds Expended $3,067,725.00 65.96% Owner Contribution $58,455.77 1.26% Total Value of All Units $4,650,667.42 100.00% SHIP Program Compliance Summary - Home Ownership/Construction/Rehab Compliance Category SHIP Funds Trust Funds Homeownership $594,204.42 $706,895.00 Construction / Rehabilitation $818,215.40 $706,895.00 % of Trust Fund FL Statute Minimum % 84.06%65% 115.75%75% Program Compliance - Income Set-Asides Form 2 * Carry Forward to Next Year:-$20,329.18 NOTE: This carry forward amount will only be accurate when all revenue amounts and all expended, encumbered and unencumbered amounts have been added to Form 1 Source of Funds Amount State Annual Distribution $722,636.00 Program Income (Interest)$8,739.55 Program Income (Payments)$204,499.66 Recaptured Funds $.00 Disaster Funds Other Funds Carryover funds from previous year -$13,501.53 Total:$922,373.68 2Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Strategy List Unincorporated and Each Municipality ELI VLI Low Mod Over 140%Total Purchase Assist with Rehab Clearwater 4 1 5 Purchase Assistance w / o Rehab Clearwater 1 1 2 Owner-Occupied Rehabilitation Clearwater 2 1 2 5 Multi-Family Housing Clearwater 2 2 4 New Construction Clearwater 1 11 12 Disaster Mitigation Clearwater 1 1 Totals:3 6 16 4 29 Number of Households/Units Produced Description List Unincorporated and Each Municipality 0 - 25 26 - 40 41 - 61 62+Total Purchase Assist with Rehab Clearwater 3 2 5 Purchase Assistance w / o Rehab Clearwater 2 2 Characteristics/Age (Head of Household) Form 3 Project Funding for Expended Funds Only Income Category SHIP Funds Expended Total Available Funds % * Extremely Low $128,887.48 14.22% Very Low $223,636.17 24.67% Low $385,274.80 42.50% Moderate $107,811.95 11.89% Over 120%-140%.00% Totals:$845,610.40 93.27% Income Category Total Funds Mortgages, Loans & DPL's Mortgages, Loans & DPL Unit #s Total Funds SHIP Grants SHIP Grant Unit #s Total SHIP Funds Expended Total # Units Extremely Low $125,703.48 2 $3,184.00 1 $128,887.48 3 Very Low $223,636.17 6 0 $223,636.17 6 Low $385,274.80 16 0 $385,274.80 16 Moderate $107,811.95 4 0 $107,811.95 4 Over 120%-140%0 0 $.00 0 Totals:$842,426.40 28 $3,184.00 1 $845,610.40 29 3Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Owner-Occupied Rehabilitation Clearwater 2 1 2 5 Multi-Family Housing Clearwater 4 4 New Construction Clearwater 5 7 12 Disaster Mitigation Clearwater 1 1 Totals:12 15 2 29 Description List Unincorporated and Each Municipality 1 Person 2- 4 People 5 + People Total Purchase Assist with Rehab Clearwater 2 3 5 Purchase Assistance w / o Rehab Clearwater 1 1 2 Owner-Occupied Rehabilitation Clearwater 2 3 5 Multi-Family Housing Clearwater 2 2 4 New Construction Clearwater 2 9 1 12 Disaster Mitigation Clearwater 1 1 Totals:9 18 2 29 Family Size Description List Unincorporated and Each Municipality White Black Hisp- anic Asian Amer- Indian Other Total Purchase Assist with Rehab Clearwater 2 2 1 5 Purchase Assistance w / o Rehab Clearwater 2 2 Owner-Occupied Rehabilitation Clearwater 4 1 5 Multi-Family Housing Clearwater 4 4 New Construction Clearwater 11 1 12 Disaster Mitigation Clearwater 1 1 Totals:21 7 1 29 Race (Head of Household) Description List Unincorporated and Each Municipality Farm Worker Home- less Elderly Total Purchase Assist with Rehab Clearwater 0 Purchase Assistance w / o Rehab Clearwater 0 Owner-Occupied Rehabilitation Clearwater 2 2 Demographics (Any Member of Household) 4Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Status of Incentive Strategies Support Services The City of Clearwater partners with organizations that provide support services in many areas. The availability of these services may include, but are not limited to the following: Homeless Emergency Project provides emergency shelter to individuals and families who are homeless through an integrated system of care that will improve the quality of life of person experiencing homelessness. Tampa Bay Community Development Corporation and Clearwater Neighborhood Housing Services provide homebuyer counseling to individuals and families desiring to purchase a home in Clearwater. Pinellas Opportunity Council through their Chore Services Program, promotes better livable opportunities by providing services to the elderly and frail elderly. These services help to alleviate blight and blighting conditions, reduce crime, and create a sense of pride in their community by providing heavy household cleaning, yard work and minor repairs. Gulf Coast Legal Services a civil legal aid organization serves low-income clients who otherwise may not be able to afford an attorney. Directions for Living is a multifaceted social services agency offers trauma-informed care through four distinct but integrated service areas: Child Safety and Family Preservation; Children’s Behavioral Health Services; Adult Behavioral Health Services; and Prevention, Wellness, and Recovery Services. Intercultural Advocacy Institute provides services, information and education to improve the lives of primarily Hispanic individuals. The agency will provide supportive services with parents, develop curriculum elements to support High School parents and make referrals; provide transportation to and from meetings; and provide child care services for the Youth Leaders Program that will benefit low- to moderate- income residents of City of Clearwater. The Kimberly Home is a pregnancy center offers an array of services, including pregnancy testing, ultrasounds, mentoring, infant/toddler daycare, pregnancy and parenting education, and other community resources. Transitional housing is provided to pregnant women and new moms in a safe and loving campus environment. This program is specifically designed to serve women 18 years and older who are homeless or at risk for homelessness. RCS Grace House allows families to reside at Grace House, rent-free, while they obtain steady employment and/or save income to pay for permanent housing. The average stay is 12 weeks. During this time, Grace House provides the essentials such as food, utilities, and transportation. By meeting the basic needs, families are, then, able to save more money to move into permanent housing. Incentive Description (If Other)Category Status Year Adopted (or N/A) Expedited permitting AHAC Review Implemented, in LHAP 2018 Ongoing review process AHAC Review Implemented, in LHAP 2018 Form 4 Multi-Family Housing Clearwater 0 New Construction Clearwater 0 Disaster Mitigation Clearwater 0 Totals:2 2 Special Target Groups for Funds Expended (i.e. teachers, nurses, law enforcement, fire fighters, etc.) Set Aside Description Special Target Group Expended Funds Total # of Expended Units 5Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Other Accomplishments SHIP funds played a key role in the transition of vacant lots in the area north of down town Clearwater into housing for low-to-moderate income families. In September 2015, SHIP funds coupled with federal funds and low-income tax credit dollars were instrumental in the development of 2.58 acres of vacant land into 76 affordable rental units for low income families. This beautiful garden style apartment project known as Garden Trail Apartments created an impact in this area that was considered blighted because of the amount of vacant and unkept lots. Next to the Garden Trail Apartments were a significant amount of vacant lots that the owners had placed for sale signs. In March 2017, Habitat for Humanity of Pinellas County submitted a request for funding for the acquisition of 13 vacant lots on N. Garden Avenue and Maple Street. These lots were located across from the newly developed Garden Trail Apartments. The funding request was approved, and 13 lots were acquired with plans to construct 12 single-family homes. In June 2017, the City partnered with Habitat for Humanity of Pinellas County and provided $150,000 in SHIP funds for the construction of 12 single family homes. The units were developed and sold to first-time home buyers with income at or below 80% of area median income. With the help of SHIP funds, this once blighted area north of down town Clearwater, has now transitioned into a beautiful residential community with 12 newly built single-family homes and a 76-unit garden style apartment complex. Availability for Public Inspection and Comments The City's Annual Report was made available for public inspection and comments at the Housing Division located at City Hall. Notice to the public of the availability of the report was given by news paper advertisement in the Tampa Bay Times. Life-to-Date Homeownership Default and Foreclosure Mortgage Foreclosures A. Very low income households in foreclosure: B. Low income households in foreclosure: C. Moderate households in foreclosure: Mortgage Defaults A. Very low income households in default: B. Low income households in default: C. Moderate households in default: Strategies and Production Costs Strategy Average Cost Disaster Mitigation $3,184.00 Multi-Family Housing $62,851.50 New Construction $23,931.86 Owner-Occupied Rehabilitation $36,974.25 0 1 0 0 1 0 Foreclosed Loans Life-to-date: Defaulted Loans Life-to-date: 1 1 SHIP Program Foreclosure Percentage Rate Life to Date: SHIP Program Default Percentage Rate Life to Date: 5 5 6Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Expended Funds Purchase Assist with Rehab $13,528.00 Purchase Assistance w/o Rehab $13,697.50 Strategy Full Name Address City Zip Code Expended Funds FY if Unit Already Counted Purchase Assist with Rehab Summer Castellano 1356 Woodbine St Clearwater 33755 $20,425.00 Purchase Assistance w/o Rehab Tequella Jones 1799 N Highland Ave # 151F Clearwater 33755 $6,970.00 Purchase Assistance w/o Rehab Ricky Shaw, Jr. 1579 S Washington Ave Clearwater 33756 $20,425.00 Purchase Assist with Rehab John Gieder 1353 S Michigan Ave Clearwater 33756 $6,660.00 Purchase Assist with Rehab Judy Dayne 2048 Sunset Grove Ln Clearwater 33765 $21,360.00 Purchase Assist with Rehab Neayana Brinson 1366 Pine Brook Dr Clearwater 33755 $7,945.00 Owner-Occupied Rehabilitation Douglas Johnson 1523 S Evergreen Ave Clearwater 33756 $44,800.50 Owner-Occupied Rehabilitation Walter Benjamin 603 Vine Ave Clearwater 33755 $43,122.32 Owner-Occupied Rehabilitation Donna Plunkett 1583 Tioga Ave Clearwater 33756 $35,138.85 Owner-Occupied Rehabilitation Eryn Miles 1309 N Saturn Ave Clearwater 33755 $40,583.15 Multi-Family Housing Ana Santos 605 N Keene Rd Apt B Clearwater 33755 $62,851.25 Multi-Family Housing Debra DeSantis 633 N Keene Rd Apt A Clearwater 33755 $62,851.25 Multi-Family Housing Chris Shrimer 843 N Keene Rd Apt B Clearwater 33755 $62,851.25 Multi-Family Housing Laura Nelson 607 N Keene Rd Apt D Clearwater 33755 $62,852.23 Purchase Assist with Rehab Chantal Faison 1220 Pennsylvania Ave Clearwater 33755 $11,250.00 New Construction Gabriel Vargas 673 N Garden Ave Clearwater 33755 $12,702.50 New Construction Nicholas Wooten 689 N Garden Ave Clearwater 33755 $12,702.50 New Construction Danielle Shockey 611 Spruce Ave Clearwater 33755 $12,702.50 New Construction Max Reategui 625 N Garden Ave Clearwater 33755 $12,702.50 New Construction Dariusz Ochalik 657 N Garden Ave Clearwater 33755 $12,702.50 New Construction Karen Mackoy 609 N Garden Ave Clearwater 33755 $12,702.50 Total Unit Count:29 $845,610.00Total Expended Amount: 7Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Administration by Entity Program Income Loan Repayment:$138,480.16 Refinance: Foreclosure: Sale of Property:$66,019.50 Interest Earned:$8,739.55 Total:$213,239.21 Program Income Funds Name Business Type Strategy Covered Responsibility Amount City of Clearwater Local Government All strategies in the current LHAP Administration of the City's Down Payment and Closing Cost Assistance program $75,200.36 Tampa Bay Community Development Corporation Not-for-profit Down Payment Assistance Administration of the city's Down Payment and Closing Cost Assistance program $2,250.00 NOVA Engineering Engineering Company Down Payment Assistance, Owner Occupied Rehabiliation, New Construction, Rental Rehabilitation/New Construction Construction Inspections $3,901.10 New Construction Mallory Millan 659 Spruce Ave Clearwater 33755 $12,702.50 New Construction Elena Polanco Gonzales 643 Spruce Ave Clearwater 33755 $12,702.50 New Construction Talisa Davis 658 Blanche B Littlejohn Trl Clearwater 33755 $12,702.50 New Construction Nora Orlando 642 Blanche B Littlejohn Trl Clearwater 33755 $12,702.50 New Construction Scott Hirschberg 641 N Garden Ave Clearwater 33755 $12,702.50 New Construction Linda Clark 627 Spruce Ave Clearwater 33755 $12,702.50 New Construction Chantal Faison 1220 Pennsylvania Ave Clearwater 33755 $158,684.15 2016-2017 Disaster Mitigation Geneva Fisher 1345 Sandy Ln Clearwater 33755 $3,184.00 Owner-Occupied Rehabilitation Emily Edwards 1439 Wilson Rd Clearwater 33755 $21,226.45 Explanation of Recaptured funds Description Amount 8Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Total:$.00 Rental Developments Development Name Owner Address City Zip Code SHIP Amount SHIP Units Compliance Monitored By Abilities at St. Andrews Cove Abilities of Florida 605 N Keene Rd Clearwater 33755 $251,405.98 4 CSF - Tieman Village Communit y Service Foundation 1101 Woodlawn St Clearwater 33756 $56,932.00 2 Madison Point LLC Madison Point LLC 400 S Martin Luther King Jr Ave Clearwater 33756 $75,000.00 2 Woodlawn Trail SP Trail LLC 803 Woodlawn Loop Clearwater 33756 $75,000.00 2 Single Family Area Purchase Price The average area purchase price of single family units:168,073.00 Or Not Applicable Form 5 9Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Code(s)Strategies Expended Amount Units Encumbered Amount Units 10 New Construction $38,107.50 3 14 Multi-Family Housing $251,405.98 4 SHIP Expended and Encumbered for Special Needs Applicants Special Needs Breakdown Strategies Special Needs Category Expended Amount Units Encumbered Amount Units (14) Multi-Family Housing Person with Disabling Condition (not DD) $251,405.98 4 (10) New Construction Receiving Supplemental Security Income $25,405.00 2 (10) New Construction Receiving Social Security Disability Insurance $12,702.50 1 Special Needs Category Breakdown by Strategy Provide a description of efforts to reduce homelessness: The City of Clearwater supports local social service providers who address the root cause of homelessness. The City contributes to five Continuum of Care providers in Pinellas County who serve Homeless individuals and families and also contributes to Pinellas County Homeless Leadership Board: the HLB is the leadership organization in ending homelessness in Pinellas County working with the local service providers. The City has initiated and maintained a comprehensive, holistic approach and has formed a Homeless Committee that consists of directors and staff who frequently address the needs and impact of the homeless population. Interim Year Data 10Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 Interim Year Data Interim Year 1 State Annual Distribution $482,265.00 Program Funds Expended $439,013.77 Program Funds Encumbered $88,466.70 Total Administration Funds Expended $65,132.41 Total Administration Funds Encumbered Homeownership Counseling 65% Homeownership Requirement $230,851.64 75% Homeownership Requirement $446,255.47 30% Very & Extremely Low Income Requirement $20,275.00 30% Low Income Requirement $307,577.75 20% Special Needs Requirement $130,585.60 Carry Forward to Next Year Interim Year 2 State Annual Distribution $156,785.00 Program Funds Expended Program Funds Encumbered 11Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 LG Submitted Comments: 12Page Form SHIP AR/2009 67-37.008(3)(f), F.A.C. Effective Date: 11/2009 State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentives Certification On Behalf of _________________________________________, I hereby certify that: 1.The Annual Report information submitted electronically to Florida Housing Finance Corporation is true and accurate for the closeout year ________________ and interim years_______________________. 2.The local housing incentives or local housing incentive plan have been implemented or are in theprocess of being implemented. Including, at a minimum: a.Permits as defined in s.163.3164 (15) and (16) for affordable housing projects are expedited to a greater degree than other projects; and b.There is an ongoing process for review of local policies, ordinances, regulations, and plan provisions that increase the cost of housing prior to their adoption. 3.The cumulative cost per newly constructed housing per housing unit, from these actions is estimated to be $__________________. 4.The cumulative cost per rehabilitated housing per housing unit, from these actions is estimated to be $ ____________________. Staff Member responsible for submitting annual report to FHFC: _____________________________________ ____________________________________________ Witness Signature Date ___________________________________________ Chief Elected Official or Designee Signature Date ____________________________________________ _____________________________________________ Witness Printed Name Chief Elected Official or Designee Printed Name ____________________________________________ Witness Signature Date ____________________________________________ Witness Printed Name or ATTEST (Seal) ____________________________________________ Signature Date 420.9075 (10) Each county or eligible municipality shall submit to the corporation by September 15 of each year a report of its affordable housing programs and accomplishments through June 30 immediately preceding submittal of the report. The report shall be certified as accurate and complete by the local government's chief elected official or his or her designee. Transmittal of the annual report by a county’s or eligible municipality’s chief elected official, or his or her designee, certifies that the local housing incentive strategies, or, if applicable, the local housing incentive plan, have been implemented or are in the process of being implemented pursuant to the adopted schedule for implementation. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6687 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Approve the Fiscal Year 19-20 through Fiscal Year 21-22 Three-Year Local Housing Assistance Plan for Pinellas County Housing Trust Fund and adopt Resolution 19-22. SUMMARY: To increase resources to address the shortage of affordable housing in Pinellas County, the Board of County Commissioners adopted Resolution 05-237 to authorize the establishment of the Pinellas County Community Housing Trust Program. The Program was created for the purpose of providing funds to promote homeownership and to expand the production and preservation of rental and owner-occupied affordable housing to very low-, low-, and moderate-income households. County Ordinance 06-28 was subsequently adopted establishing the Housing Trust Fund. The Pinellas County Housing Finance Authority, on behalf of the Board, oversees the administration of the trust fund. Under the proposed three-year plan, the Housing Division of the Economic Development & Housing Department will expend $228,579 comprised of program delivery and administration of funds. These funds are available from the existing cash balance and future program income and will serve to further the City’s efforts in affordable housing. The program goals and objectives are consistent with the Four-Year Consolidated Plan that was approved by the City Council on July 21, 2016. Each jurisdiction receiving or expending funds is required to submit an application that includes a Local Housing Assistance Plan that proposes how the jurisdiction will utilize the funds. The county and the cities are using State Housing Initiatives Partnership (SHIP) guidelines as a general template for the use of funds. Per the county’s requirements, funds will be leveraged at a ratio of not less than 2:1. Clearwater’s proposed use of funds to administer each of the three main strategies are: 1) produce new rental and owner housing; 2) preserve existing rental and owner housing; and 3) general program administration. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6687 Page 2 City of Clearwater Printed on 9/5/2019 1 HOUSING FINANCE AUTHORITY, PINELLAS COUNTY, FLORIDA City of Clearwater, Florida Local Housing Assistance Plan 1. Name of Participating Jurisdiction: City of Clearwater 2. Contact Person: Terry Malcolm-Smith Title: SHIP Administrator Address: P.O. Box 4748, Clearwater, Florida 33756 Telephone: 727-562-4036 E-mail: terry.malcolm-smith@myclearwater.com 3. Program Years Covered by Plan: FY 2019-2020, 2020-2021 and 2021-2022 4. Narrative describing advertising plan (Rules, Section 3(6)(a)): In accordance with the referenced Rule, upon approval of this Plan by the Housing Finance Authority, the City of Clearwater will advertise the availability of the Plan for public viewing in a newspaper of general circulation and periodicals servicing ethnic and diverse neighborhoods at least 30 days before the beginning of the application period. This advertisement will also contain a Notice of Funding Availability and information about the application process for these funds. In addition, the advertisement will include the amount of program income projected to be received for the plan year, the beginning and end date of the application period and the name of the contact person and other pertinent information. Applications for the development of housing units will be considered on an on- going basis. Advertising will also be displayed on the city’s Housing Department website and through press releases. 5. Narrative describing involvement of other public and private sector entities and partners: The city has established local housing partnerships and resources to increase the affordability of housing through down payment and closing costs assistance, low interest rate mortgage loans, grants and other direct subsidies that make market rate housing affordable to lower income households. Special interest rates, product pricing structures, special programs and other incentives are offered by lenders and real estate professionals to enhance affordability. All city housing programs encourage building active partnerships between government, lenders, builders and developers. Involvement is continually solicited through public hearings and forums, special housing committees and work groups, and consultations with public, quasi-public, and non-profit agencies. The city has ongoing funding relationships with area non-profits and housing developers through the administration of its other grant funds. 6. Narrative describing qualified system and selection criteria for applications for awards to eligible sponsors: 2 Eligible sponsors, by means of the City of Clearwater Consolidated Action Plan process, are considered by application and evaluated and rated by either staff or a review committee, depending upon the proposed activity. Areas that are evaluated include: economic feasibility of a project; timeliness of completion; past experience; commitment to expanding affordable housing opportunities to very-low, low- and moderate-income households; preservation of the housing stock to increase property values; and enhancement of a community’s image in targeted areas for housing developers. Eligible sponsors must prepare an application which contains, but is not limited to, organizational capacity; project proposal; pro-forma; project budget; financial analysis; site information; zoning information; proof of clear title; and proof of environmental assessment. The designated participant must plan to complete the project within twenty (24) months. Larger, longer-term projects may be proposed outside of the housing pool as funding is available. Incentives to designated participants will be granted to those organizations to facilitate local housing assistance strategies. 7. Narrative describing criteria for selection of eligible persons: Applications, for both owner-occupied rehabilitation and purchase assistance programs, will be funded on a first-come, first-qualified, first-served basis by city or administering agencies. Applicants must be income eligible; the property must meet the city’s established requirements; and the property must be the occupied as primary residence. Tenants applying for rental housing units will be qualified on a first-come, first-qualified, first-served basis by housing sponsors. Tenants must be income-eligible and must occupy the rental-unit as their primary residence. What constitutes income eligibility will be defined in each specific program. No homeowner or tenant will be assisted whose gross income exceeds 120% of AMI as defined in Ordinance 06-28. Income eligibility will be determined by the same HUD - established methodology currently utilized in other City of Clearwater housing programs. The current methodology is annual income as defined in 24 CFR Part 5. 8. Narrative describing the participating jurisdiction’s maximum award schedule or system of amounts and how it is consistent with the intent and budget of this local housing assistance plan: The maximum award schedule under this plan will be based upon the amount of subsidy required by a project to produce units that can be sold or rented for no more than the maximum purchase price or the maximum rent allowed under the City’s program. This methodology is consistent with the intent and budget of this Local Housing Assistance plan in that it relates maximum awards to the local price of housing and local rents. Further, it ensures that housing produced under this plan will be consistent with “community housing” as defined in the Ordinance. 9. Narrative describing the expenditure process (attach timeline for each fiscal year covered by this plan as Exhibit A): Exhibit A shows the anticipated expenditure pattern. If it is determined, during periodic reviews, that the expenditures under a particular strategy are not being made as 3 anticipated, the city may proceed with another strategy shown on Exhibits A and B without need for amendment of this plan. 10. Narrative regarding provision for the application of program income and recaptured funds, evidencing compliance with the provision of Ordinance 06-28, Section 3(5): The City will continue its established Local Housing Assistance Fund with a qualified depository for all monies the City will receive from its share of program funds; recaptured program funds; program income; and other monies received or budgeted by the city for the Local Housing Assistance Plan. These funds will be placed in a separate account. The exception to the above paragraph is any program income resulting from proceeds used to match the Federal HOME program. Such program income shall be deposited to the HOME program fund, as required by Federal law. All funds distributed out of the Local Housing Assistance Fund must be leveraged on a 2:1 basis. The eighty percent (80%) non-forgiven loan requirement and twenty percent (20%) for special needs/extremely low- income requirement do not apply to program income. 11. Narrative regarding ownership housing affordability period provisions: Loans or grants for houses constructed, rehabilitated or otherwise assisted through this Plan shall be subject to equity sharing and recapture requirements deemed appropriate at the time the loan is made. Minimum requirements, however, as required by the Rules are: Ninety percent (90%) recapture within two years from the date of purchase and Fifty (50%) recapture after two years or more from the date of purchase. The intent of the programs administered under this Plan is to allow property owners to realize a portion of the equity if a property is occupied or used for its intended purpose for a specific period of time, but also to prevent property owners from realizing inordinate gains. The city also intends to perpetuate affordability of housing units when appropriate. These goals could be realized through resale restrictions or through other types of agreements that fulfill these intents, but in no event shall the requirements be less than those mandated by the Rules of the Housing Trust Fund. 12. Narrative regarding process followed to assess and prioritize housing needs: The City of Clearwater has identified priorities for assisting households. The first priority is to provide safe, decent, adequate and affordable housing in safe and desirable environments for homeowners, homebuyers and renters. The second priority is to provide housing and supportive services housing programs. Studies are undertaken for the Housing Element of the City’s Comprehensive Plan and for the Federal Consolidated Planning process. In addition to formal studies, stakeholder input is sought through public meetings and forums. 13. Strategy 1 – Produce new rental and owner housing - Brief narrative regarding activities to be carried out under this strategy, including (a) the proposed sales price of owner housing produced; (b) what resources through partnership will be combined to reduce the cost of housing; (c) any support services provided by the participating jurisdiction to the residents of the housing; (d) what initiatives will be used to conduct outreach and to attract applicants for assistance; and (e) a description of how this strategy furthers the housing element, 4 goals, policies, and objectives of the participating jurisdiction’s comprehensive plan: Through the utilization of various funding sources and in conjunction with partnerships, a high priority is placed on collaborative efforts and effective use of resources to ensure that housing costs are minimized and impediments are removed. The City of Clearwater engages the community in seeking and promoting housing units which, based on surveys or citizen input, addresses the need of affordability, accessibility and meets the standard of suitable living environments. Partnerships are established that provide homebuyer education classes, which is a step that potential homebuyers can take to become informed on ways to increase their credit score and become a more desirable candidate for the finance industry to provide a home loan with a low interest rate. (a) The proposed sales price of owner-housing produced may not exceed the purchase limits for the city. The city’s funding limits will be set forth on the Exhibit B, but may adjust such funding limits on a not to exceed State Housing Initiative Partnership (SHIP) program purchase price limits without amendments to this Plan. (b) The City will continue to develop partnerships with non-profits and developers for construction of new units. The cost of construction can be reduced by utilizing incentives provided for Affordable Housing Developments. Loans to affordable housing builders, and eventual homeowner, will provide a below market supplement to private market financing to further reduce costs. (c) Support services may be provided by the participating jurisdiction to the residents of housing. Necessity for support services, however, will be determined on a project- by-project basis. If a proposed project is intended to serve a population that traditionally needs specific support services to sustain housing, the proposal must clearly demonstrate how those support services will be delivered and maintained by the developer of the housing project. (d) The city will continue to develop relationships with non-profits and other agencies that assist applicants in finding suitable rental-housing which offer services that prepare applicants for homeownership. The city advertises its housing program through print media and its website. Developers of housing are required to submit an Affirmative Marketing Plan as part of the application process. Homeowner and rental applicants will be qualified on a first-come, first-served basis by the developer and/or administering agencies. Applicants must meet the income guidelines applicable to the strategy and must occupy the purchased or rented property as a primary residence. (e) This strategy furthers the Housing Element of the comprehensive plan that acknowledges deficits in both rental and owner-occupied housing for extremely low- to moderate-income households through the year 2020, addressing the factors which prevent homeownership due to excessive cost burdens and barriers that are prevalent in the pursuit of purchasing decent and affordable housing. 14. Strategy 2 – Preserve existing rental and owner housing - Brief narrative regarding activities to be carried out under this strategy, including (a) the proposed sales price of any rehabilitated properties to be sold; (b) proposed caps on the value of any owner occupied housing to be rehabilitated; (c) what resources through partnership will be combined to 5 reduce the cost of housing; (d) any support services provided by the participating jurisdiction to the residents of the housing; (e) what initiatives will be used to conduct outreach and to attract applicants for assistance; and (f) a description of how this strategy furthers the housing element, goals, policies, and objectives of the participating jurisdiction’s comprehensive plan: Both rental and owner housing may be preserved through acquisition of existing units and rehabilitation of units. Although this strategy appears primarily as a rental strategy on the attached Exhibit B, this strategy may be carried out for both owner and rental housing at any time during the three-year period covered by this Plan without amendment to this Plan. The estimated number of households proposed to be served, by income, as shown on Exhibit B, may be adjusted at any time without amendment to this Plan. Additional preservation activities may be added as need and market conditions change without amendment to this Plan. (a) The proposed sales price of any rehabilitated property to be sold under this strategy may not exceed the purchase price limits under the City’s program in effect at the time the home is sold. The current SHIP purchase price limit is $210,000. The City anticipates that funding limits will be set forth on Exhibit B, but may adjust such funding limits, not to exceed SHIP purchase price limits, without amendment to this Plan. (b) The value of the owner-occupied housing to be rehabilitated may not exceed the purchase price limit under the City’s program in effect at the time the home is sold. Value will be determined using the same methodology utilized in other city Housing programs at the time of rehabilitation. Currently, the city utilizes the “Sales Comparable Value” as documented by the Pinellas County Property Appraiser’s Office. (c) The city will continue to develop partnerships with non-profits and developers for acquisition and rehabilitation of units, as is done in all other housing programs the city currently carries out. The cost of substantial rehabilitation may be reduced through the use of loans which provide a below market supplement to private market financing. (d) Support services are available from various sources which include, but are not limited to: Homeownership Counseling (Pre and Post), Credit Counseling, Tenant Counseling and Transportation. (e) The city will continue to develop relationships with non-profits and other agencies that assist applicants in finding suitable rental housing and which offer services that prepare applicants for homeownership. The city also widely advertises its housing programs through print media and its website. Developers of housing undertaking substantial rehabilitation or conversion of non-residential properties to rental housing are required to submit an Affirmative Marketing Plan as part of the application process. Homeowner and rental applicants will be qualified on a first- come, first-served basis by the developer and/or the administrating agencies. Applicants must meet the income guidelines applicable to the strategy and must occupy the purchased or rented property as a primary residence. (f) This strategy furthers the Housing Element of the Comprehensive Plan. In addition, 6 preservation may include acquisition of existing units by non-profits or a Community Land Trust to preserve these units as affordable housing by taking them out of the market rate housing pool. These units assist the deficit of affordable housing units described in Strategy 1. The preservation of existing housing stock is the first objective under the current Consolidated Action Plan and furthers the goals, policies and objectives by ensuring there are provisions available for preservation through the use of state and federal funds for rehabilitation, code compliance and adherence to building standards, and elimination of blight. The city also focuses on the removal of architectural barriers, thus allowing for homeowners to maintain their units while making necessary modifications. Internal guidelines and procedures are established to ensure that costs related to preservation are limited to a standard of reasonableness. 15. Strategy 3 – Promote Housing Opportunities - Brief narrative regarding activities to be carried out under this strategy, including (a) proposed caps on the value of homes to be purchased under this strategy; (b) what resources through partnership will be combined to reduce the cost of housing; (c) any support services provided by the participating jurisdiction to the residents of the housing; (d) what initiatives will be used to conduct outreach and to attract applicants for assistance; and (e) a description of how this strategy furthers the housing element, goals, policies, and objectives of the participating jurisdiction’s comprehensive plan: Through this strategy, down payment and closing cost assistance will be provided to income-qualified households. This strategy may be carried out at any time during the three-year period covered by this Plan. While this strategy is primarily intended to assist with the promotion of homeownership opportunities, it may be utilized to assist with the promotion of rental opportunities through rental assistance activities without amendment to the Plan. The estimated number of households proposed to be served by income as shown on Exhibit B, may be adjusted at any time without amendment to this Plan. Additional activities to promote housing opportunities may be added as needs and market conditions change without amendment to this Plan. (a) The purchase price of homes purchased under this strategy may not exceed the city’s maximum purchase price for new or existing homes. The current maximum purchase price is $229,000 for newly constructed homes and $210,000 for existing homes. The city’s funding limits will be set forth in Exhibit A or B, but may adjust such funding limits from time to time, not to exceed the SHIP purchase price limits, without amendment of this Plan. The monthly rent for tenants assisted under this strategy may not exceed the 120% rent limits under the SHIP program in effect at the time the unit is rented. (b) The City will continue to develop partnerships with non-profits who prepare applicants for homeownership and with lenders that make primary loans. Homebuyer education may reduce the cost of housing by helping the homebuyers to obtain better pricing for services required for their real estate transaction. Partnership with lenders may reduce the price of housing by allowing homebuyers to obtain a more favorable interest rate on primary loans. (c) Support services will not be provided by the city to the residents of housing. Necessity for support services, however, will be determined on a case-by-case 7 basis by agencies administering the assistance programs. If needed, support services for credit counseling, pre-purchase, post-purchase and foreclosure prevention counseling will be provided through these agencies. (d) The city will continue to develop relationships with non-profits and other agencies that offer services that prepare applicants for homeownership or which assist applicants in need of rental housing. The city advertises its housing programs through the print media and website. Developers of housing are required to submit an Affirmative Marketing Plan as part of the application process. Applicants will be qualified on a first-come, first-served basis by eligible sponsors and administering agencies. Applicants must meet the income guidelines applicable to the strategy and must occupy the property as primary residence. (e) This strategy furthers the Housing Element of the comprehensive plan that acknowledges deficits in housing for the extremely low- to moderate-income households through the year 2020. The subsidy provided to a household through this strategy can close the affordability gap and ease the deficit. 16. Strategy 4 – Provide Housing Services - Brief narrative regarding activities to be carried out under this strategy, including: (a) what resources through partnership will be combined to reduce the cost of housing; (b) any support services provided by the participating jurisdiction to the residents of the housing; (c) what initiatives will be used to conduct outreach and to attract applicants for assistance; and (d) a description of how this strategy furthers the housing element, goals, policies, and objectives of the participating jurisdiction’s comprehensive plan: Through this strategy, available support services may include, but are not be limited to, fair housing services, housing placement services, pre- and post-purchase homeownership counseling, credit counseling, and foreclosure prevention counseling. The estimated number of households proposed to be served by income as shown on Exhibit B may be adjusted at any time without amendment to this Plan. Additional housing services activities may be added as needs and market conditions change without amendments to this Plan. (a) The city will continue to develop partnerships with non-profits that prepare applicants for homeownership and with lenders that make primary loans, as is currently taking place in other promotion of housing opportunity programs done through the city. (b) The support services available under this strategy will be provided through non- profits and other qualified agencies. (c) The city will continue to develop relationships with non-profits and other agencies that offer the services to be carried out under this strategy. The city widely advertises its housing programs through print media and website information. (d) This strategy furthers the Housing Element of the comprehensive plan by which the city’s Comprehensive Plan assists homeowners and renters find and sustain decent and safe housing. 17. Narrative explaining how the activities carried out under these Strategies will meet the requirements of Ordinance 06-28, Section 3(4)(a) – Leveraging 2:1: 8 The city will meet this requirement on a program year allocation basis and not on an individual project basis. The city will track its portion of the Housing Trust Funds used in each project for leveraging. Leveraging may come from, but is not limited to: loans made to projects by other lenders; grants made to projects; donated land; developer and sponsor owner-equity and donated materials; supplies, labor and services. 18. Narrative explaining how the activities carried out under these Strategies will meet the requirements of Ordinance 06-28, Section 3(4)(b) – 80% non-forgiven loans: The city will meet this requirement by using both amortized loans and deferred payment loans. No loan will be forgiven. The type of loan made will be determined on a project by project basis, as the debt service capability of each project is underwritten. This requirement does not apply to the expenditure of program income. 19. Narrative explaining how the activities carried out under these Strategies will meet the requirements of Ordinance 06-28, Section 3(4)(c) – 15% special needs or <30% MFI: The city will meet this requirement by producing or preserving units specifically for this targeted population or by working with other Participating Jurisdictions on a collaborative basis. Additional activities to utilize the fifteen percent (15%) set-aside may be carried out by one of the four strategies as needs and market conditions change without amendment to this Plan. This requirement does not apply to the expenditure of program income. 20. Narrative explaining how rental developments assisted under this plan will be monitored annually and how tenant eligibility shall be determined throughout the compliance period: For rental housing assisted under this Plan, the city, or its agent, shall annually monitor and determine tenant eligibility and subsidy amounts using the HUD established methodology utilized in other city housing programs. The current methodology is annual income as defined in 24 CFR Part 5. However, to the extent another governmental entity provides the same monitoring and determination, the city may rely on such monitoring and determination of tenant eligibility. Tenant eligibility will be monitored, at minimum, once a year for fifteen (15) years, or the term of the assistance, whichever period is longer. Loans for rental housing development made under this Plan shall be secured by a mortgage recorded against real property and a promissory note. The continued use of the real property for affordable rental shall be ensured by recording a Land Use Restriction Agreement (LURA) attached to the land. Developers and sponsors that offer rental housing for sale, prior to the expiration of a LURA, must ensure continued occupancy by eligible person(s) for the remainder of the affordability period required under the LURA. Checklist of required documents (will satisfy the table of contents or checklist requirement):  This Local Housing Assistance Plan  Exhibit A - Timeline for each fiscal year covered by this plan  Exhibit B - Local Housing Assistance Plan Summary Chart for each fiscal year covered by this plan  Exhibit C - Copy of policy of participating jurisdiction regarding sub-prime loans [Ordinance Section 3(1)(b)] 9  Exhibit D - Copy of policy of participating jurisdiction regarding subordination of loans [Ordinance Section 3(1)(c)]  Exhibit E - Copy of sample Land Use Restriction agreement [Ordinance Section 3(4)(f)]  Exhibit F - Certifications and Required Statements with original signature  Exhibit G - Adopting Resolution Housing Finance Authority of Pinellas County Participating Jurisdiction: City of Clearwater EXHIBIT A 2 Local Housing Assistance Plan Timeline of Expenditures - Exhibit A Required by the Rules, Section 3(6)(d) Timeline for the Program Year:Year 1 10/01/19 -9/30/21 Program Income $18,667 18,666.63 Year 2 10/01/20 -9/30/21 Program Income $18,667 18,666.63 Year 3 10/01/21- 9/30/22 Program Income $18,667 18,666.63 $1,866 (Annual administration) Allocation - $0 Time Period (fill in $ to be spent for each activity per quarter)FY 1 Q1 FY1 Q2 FY1 Q3 FY1 Q4 FY2 Q1 FY2 Q2 FY2 Q3 FY2 Q4 FY3 Q1 FY3 Q2 FY3 Q3 FY3 Q4 TOTALS Strategy 1 - Production Owner Activity $30,000 $30,000 $30,000 $90,000 Rental Activity $0 Other Activity - Special Needs Rental $0 Strategy 2 - Preservation Owner Activity $12,000 $12,000 $12,000 $36,000 Rental Activity $42,024 $30,000 $30,000 $102,024 Other Activity $0 Strategy 3 - Promote Housing Opportunities Activity 1 - Down Payment Assistance $0 Activity 2 - $0 Activity 3 - $0 Strategy 4 - Provide Housing Services Activity 1 - Housing Placement $0 Activity 2 - $0 Activity 3- $0 Contingency $0 TOTALS $0 $0 $0 $84,024 $0 $0 $0 $72,000 $0 $0 $0 $72,000 $228,024 Should equal $1,866 Housing Finance Authority of Pinellas County EXHIBIT B: Program Year 2020 Local Housing Assistance Plan Summary Chart - Exhibit B Required by the Rules, Section 3(5) Strategies for the Program Year: 10/01/19 - 09/30/20 Participating Jurisdiction:_CITY OF CLEARWATER____________________________ Criteria 2:1 leveraging 80% non-forgiven loans that generate program income 15% special needs or < 30% MFI Allocation Amount $0.00 Criteria Set-Asides Program Income $18,666.63 Administration (10%) $1,866.66 20% forgiven loans/services $0.00 80% non-forgiven loans $0.00 15% special needs $0.00 Allocation $0 Administration Estimates Available for projects:$16,800 Salaries and Benefits $1,866.63 (Allocation +PI less administration) Office Supplies & Equipment Travel and Workshops Advertising Total - not to exceed # units 30% or Spec Needs VLI LI MI maximum funding/unit Total Leveraging $ for 30% or Spec Needs $ non-forgiven Strategy 1 - Production Owner Activity 1 $30,000 $30,000 Amount funded from HTF Rental Activity $0 Amount funded from HTF Other Activity - Special Needs Rental $0 Amount funded from HTF Total Strategy 1 1 0 0 0 0 $30,000 Strategy 2 - Preservation Owner Activity 1 $12,000 $12,000 Amount funded from HTF Rental Activity 1 $42,024 $42,024 Amount funded from HTF Other Activity $0 Amount funded from HTF Total Strategy 2 2 0 0 0 0 $54,024 Strategy 3 - Promote Housing Opportunities Activity 1 - $0 Amount funded from HTF Activity 2 - $0 Amount funded from HTF Activity 3 - $0 Amount funded from HTF Total Strategy 3 0 0 0 0 0 $0 Strategy 4 - Provide Housing Services Activity 1 - Housing Placement Amount funded from HTF Activity 2 - $0 Amount funded from HTF Activity 3- $0 Amount funded from HTF Clients Assisted under Strategy 4 0 0 0 0 $0 $0 $0 $0 $0 Contingency/5% Holdback -$1,867 Total Units 3 Must exceed Must exceed Must exceed Must exceed $0 $933 $0 $0 Housing Finance Authority of Pinellas County EXHIBIT B: Program Year 2021 Local Housing Assistance Plan Summary Chart - Exhibit B Required by the Rules, Section 3(5) Strategies for the Program Year: 10/1/20 - 09/30/21 Participating Jurisdiction:_CITY OF CLEARWATER____________________________ Criteria 2:1 leveraging 80% non-forgiven loans that generate program income 15% special needs or < 30% MFI Allocation Amount $0.00 Criteria Set-Asides Program Income $18,666.63 Administration (10%) $1,866.66 20% forgiven loans/services $0.00 80% non-forgiven loans $0.00 15% special needs $0.00 Allocation $0 Administration Estimates Available for projects:$16,800 Salaries and Benefits $1,866.66 (Allocation +PI less administration) Office Supplies & Equipment Travel and Workshops Advertising $0.00 Total - not to exceed $1,866.66 # units 30% or Spec Needs VLI LI MI maximum funding/unit Total Leveraging $ for 30% or Spec Needs $ non-forgiven Strategy 1 - Production Owner Activity 1 $30,000 $30,000 Amount funded from HTF Rental Activity $0 Amount funded from HTF Other Activity - Special Needs Rental $0 Amount funded from HTF Total Strategy 1 1 0 0 0 0 $30,000 Strategy 2 - Preservation Owner Activity 1 $12,000 $12,000 Amount funded from HTF Rental Activity 1 $30,000 $30,000 Amount funded from HTF Other Activity $0 Amount funded from HTF Total Strategy 2 2 0 0 0 0 $42,000 Strategy 3 - Promote Housing Opportunities Activity 1 - $0 Amount funded from HTF Activity 2 - $0 Amount funded from HTF Activity 3 - $0 Amount funded from HTF Total Strategy 3 0 0 0 0 0 $0 Strategy 4 - Provide Housing Services Activity 1 - Housing Placement Amount funded from HTF Activity 2 - $0 Amount funded from HTF Activity 3- $0 Amount funded from HTF Clients Assisted under Strategy 4 0 0 0 0 $0 $0 $0 $0 $0 Contingency/5% Holdback -$1,867 Total Units 3 Must exceed Must exceed Must exceed Must exceed $0 $933 $0 $0 Housing Finance Authority of Pinellas County EXHIBIT B: Program Year 2022 Local Housing Assistance Plan Summary Chart - Exhibit B Required by the Rules, Section 3(5) Strategies for the Program Year: 10/01/21- 09/30/22 Participating Jurisdiction:CITY OF CLEARWATER Criteria 2:1 leveraging 80% non-forgiven loans that generate program income 15% special needs or < 30% MFI Allocation Amount $0.00 Criteria Set-Asides Program Income $18,666.63 Administration (10%) $1,866.66 20% forgiven loans/services $0.00 80% non-forgiven loans $0.00 15% special needs $0.00 Allocation $0 Administration Estimates Available for projects:$16,800 Salaries and Benefits $1,866.66 (Allocation +PI less administration) Office Supplies & Equipment Travel and Workshops Advertising Total - not to exceed $1,866.66 # units 30% or Spec Needs VLI LI MI maximum funding/unit Total Leveraging $ for 30% or Spec Needs $ non-forgiven Strategy 1 - Production Owner Activity 1 $30,000 $30,000 Amount funded from HTF Rental Activity $0 Amount funded from HTF Other Activity - Special Needs Rental $0 Amount funded from HTF Total Strategy 1 1 0 0 0 0 $30,000 Strategy 2 - Preservation Owner Activity 1 $12,000 $12,000 Amount funded from HTF Rental Activity 1 $30,000 $30,000 Amount funded from HTF Other Activity $0 Amount funded from HTF Total Strategy 2 2 0 0 0 0 $42,000 Strategy 3 - Promote Housing Opportunities Activity 1 - $0 Amount funded from HTF Activity 2 - $0 Amount funded from HTF Activity 3 - $0 Amount funded from HTF Total Strategy 3 0 0 0 0 0 $0 Strategy 4 - Provide Housing Services Activity 1 - Housing Placement Amount funded from HTF Activity 2 - $0 Amount funded from HTF Activity 3- $0 Amount funded from HTF Clients Assisted under Strategy 4 0 0 0 0 $0 $0 $0 $0 $0 Contingency/5% Holdback Total Units 3 Must exceed Must exceed Must exceed Must exceed $0 $0 $0 Exhibit C City of Clearwater Housing Policy Sub-Prime Lending Policy The city will not assist borrowers who are being charged more than a combined 4% for loan discount and origination fees by the first mortgage provider. The city will also not assist borrowers who are obtaining adjustable rate first mortgages, interest only mortgages, mortgages financed by the owner/seller, or mortgages with above-market interest rates or excessive fees. Interest rate expressed as Annual Percentage Rate (APR) may not exceed 2% above the Market Rate (a rate that is no more than 25 basis points greater than the most recent Freddie Mac Weekly Primary Mortgage Market Survey (PMMS) Rate for 30-year fixed-rate conforming mortgage. In addition, the city will not assist borrowers with loans that require high up-front and out-of-pocket fees, prepayment penalties, loans for more that the property is valued, unfavorable balloon payments, loans that require credit life or credit disability insurance, unreasonable penalties for late fees, having a mandatory arbitration clause (give of right to sue in court), negative amortizing loans, or open-ended mortgages. Exhibit D City of Clearwater Housing Division Loan Subordination Policy Revised – June 2019 In general, the City of Clearwater does not subordinate mortgages made using CDBG, HTF, HOME, and SHIP funds. However, under the following circumstances, the City will consider taking a subordinate position: 1. The original borrower continues to own and occupy the home as its primary residence. 2. The original borrower is experiencing financial hardship which would be benefited by securing a lower interest rate on his or her first mortgage accompanied by lower monthly payments. 3. The new monthly payment includes escrows for taxes and insurance, and represents between 30% - 35% of a borrower’s gross monthly income. 4. The new first mortgage interest rate is at least two percentage points below the original first mortgage, and/or as a result of the monthly savings, the borrower should be able to recoup (break-even) the loan closing costs within 3-5 years. 5. The new loan’s origination fee, points, commitment fees, buy down fees and other lender charges do not exceed 4% of the loan amount. 6. The new first mortgage is a permanently fixed rate mortgage with no balloon payments and no pre-payment penalty. Terms may be made for as few as ten years, and may go up to thirty years as applicable based on the original loan balance and the term remaining on the original note. 7. The borrower does not receive any cash out for any purpose, including but not limited to, home improvement loans, bill consolidation loans, lines of credit, future advances, personal loans, medical collections, other mortgages or encumbrances or liens. 8. The borrower must have sufficient equity in the home so as not to displace the City beyond a 145% loan to value ratio. 9. If the borrower has a payment type loan, the account must be current. 10. Property Taxes must not be delinquent. 11. Borrower must submit proof of homeowner’s insurance. 12. Processing fee of $100 will be charged for subordination review and processing. Borrowers interested in seeking approval from the City’s Housing Division to subordinate a first mortgage must: 1. Write the City of Clearwater’s Housing Division requesting the City subordinate to their lender and authorize the lender to receive information regarding their loan for the purposes of the refinance. 2. The Lender must provide the details of the loan being requested by supplying copies of the Loan Estimate, Itemization of Fees, Title Commitment, Appraisal, Application (1003 form the Lender) and the projected settlement costs. 3. Provide additional information as needed to establish that the loan is strictly for a reduction in payment/interest rate and that the lender is not charging rates or providing terms that will in some way fall under the category of predatory lending practices. 4. The City must review a copy of the Closing Disclosure prior to release of the City’s executed Subordination Agreement. If a title company faxes the Closing Disclosure to the City when completed, and supplies their FedEx account number, the City will overnight, or fax, if acceptable, the executed Subordination Agreement, if in agreement with the figures on the Closing Disclosure. 5. All requests for subordination must be made at least thirty (30) days prior to closing. This Loan Subordination Policy may be amended from time to time. For the most up to date version please contact the City of Clearwater – Economic Development & Housing Department at 727.562.4036. I have read the above City of Clearwater – Subordination Policy and understand the terms and conditions of the policy. ______________________________ __________ Borrower Date ______________________________ __________ Borrower Date [Collateral Address], Clearwater, FL [Company] 3rd of March, 2019 HOME Investment Partnerships Land Use Restriction Agreement Page 1 Prepared by and Return to: [Name] City of Clearwater Economic Development & Housing Department P.O. Box 4748 Clearwater, FL 33758-4748 Exhibit E CITY OF CLEARWATER ECONOMIC DEVELOPMENT AND HOUSING DEPARTMENT LAND USE RESTRICTION AGREEMENT HOME INVESTMENT PARTNERSHIPS PROGRAM THIS DECLARATION, made this 3rd day of March, 2019, between [COMPANY], a Florida not- for-profit corporation, its successors, assigns, and transferees of the project described below, whose mailing address is [Mailing Address], [City, ST Zip], and hereinafter called (“Borrower”) and the City of Clearwater, Florida, municipal corporation organized and existing under the laws of the State of Florida hereinafter called (“City”). WHEREAS, the Borrower shall construct a single-family dwelling on certain real property located at [Collateral Address], Clearwater, Florida 337-- for the development of an affordable single-family unit for a low- and moderate-income homebuyer described herein and agrees with the City that the real property, which is subject to this executed Mortgage and Note and shall be subject to the restrictive covenants set forth herein; and WHEREAS, Borrower shall cause to be improved in accordance with the plans and specifications and any amendments thereto previously submitted by the Borrower to the City and which have been approved by the City; and WHEREAS, Borrower agrees that the restrictive covenants shall remain in full force and effect against the real property until the end of a Thirty (30)-year affordability period. This Agreement shall be properly filed and recorded by the City in the Official Public Records of Pinellas County, Florida, and shall constitute a restriction upon the use of the property subject to and in accordance with the terms contained herein. IN CONSIDERATION of funds the City has provided to the Borrower for a loan to finance the construction including closing costs, and other related cost as associated with the project in the City of Clearwater, Pinellas County, Florida, described as: Legal Description attached as Exhibit A. This construction, or a portion thereof, which has the address of [Collateral Address], Clearwater, Florida 337-- (herein “Property Address”), and which is described in the mortgage between the City and the Borrower of even date herewith, the Borrower acknowledges that this Agreement is necessary to comply with the affordability requirements of the HOME program stated at 24 CFR §92.252, from which funds were obtained to finance such loan. Borrower covenants and agrees that in connection with the construction of the single-family home, the City should approve any transfer or sale of the subject property and borrower will comply, and will require any subsequent purchaser of the project to comply, with the following: [Collateral Address], Clearwater, FL [Company] 3rd of March, 2019 HOME Investment Partnerships Land Use Restriction Agreement Page 2 1. Covenants and Restrictions on Use of Funds. HOME Investment Partnerships Program allocations provided to this project will be used for construction of the real property plus closing costs. During the Period of Affordability as defined herein, the unit shall be sold to a homebuyer having annual income which does not exceed 80 percent of the median family income for the area, as determined and made available by the U.S. Department of Housing and Urban Development (HUD) with adjustments for smaller and larger families at the time of purchase of the home. If there is not a ratified sales contract with an eligible homebuyer for the housing unit within nine (9) months of the date of completion, the housing unit must be rented to an eligible tenant in accordance with 24 CFR §92.252. The home must be the principal residence of the homebuyer. The income of the persons who will occupy the unit shall be verified by the Borrower by obtaining third-party verification of current income and verification of assets. Source documentation evidencing annual income may include wage statements, interest statements, unemployment compensation statements, and other documentation approved by the City. In the event that neither of the above methods is suitable, the Borrower may use other methods acceptable to the City to verify income. Annual income for the purpose of this Agreement shall be as defined by HUD for the HOME Program. The value of the HOME- assisted unit shall not exceed 95 percent of the median purchase price for that type of single- family housing for the area. The maximum per-unit subsidy amount shall not exceed the per- dollar limits established under HUD. The person or persons purchasing the single-family home shall have fee simple title to the property. (a) For the purpose of this Agreement, the Period of Affordability shall be a period beginning when the HOME funds are invested and ending at the end of the 30th (thirtieth) year thereafter from the date of this agreement. (b) Upon the sale of the housing unit to an eligible homebuyer, the Period of Affordability shall be enforced on the property (homebuyer) through a Land Use Restriction Agreement running with the land entered into with the homebuyer. (c) During the period of affordability, the single-family housing unit must be occupied by the original low- and moderate-income homebuyer. In the event that the homebuyer chooses to sell the property, the homebuyer must sell the property to another eligible low- and moderate-income buyer and who will use the property as its principal residence. If the original homebuyer sells, either voluntarily or involuntarily, during the affordability period, the homebuyer may receive a fair return on investment. (d) All proceeds, program income, and recaptured funds associated with this project shall be returned to the City of Clearwater within 30 days of receipt by the Borrower. (e) Any noncompliance with the requirement of this Section shall be corrected within 30 days after such error is first discovered or would have been discovered by the exercise of reasonable diligence. 2. Property Standards. The single-family housing unit shall meet and maintain all applicable local codes, the International Property Maintenance Code, the Florida Building Code, ordinances, and zoning ordinances at the time of project completion. The HOME-assisted housing unit must meet all applicable State and local housing quality standards, code requirements, and accessibility requirements at 24 CFR Part 8, which implements Section 504 of the Rehabilitation Act of 1973 and 24 CFR §100.20, and must also meet the design and renovation requirements at 24 CFR §100.205, which implements the Fair Housing Act. Design of house must meet the International Energy Conservation Code (formerly known as the Model [Collateral Address], Clearwater, FL [Company] 3rd of March, 2019 HOME Investment Partnerships Land Use Restriction Agreement Page 3 Energy Code).; the City also highly encourages the use of ENERGY STAR® qualified products, including natural gas where available, in all developed housing. 3. Location of HOME-Assisted Unit. The location of the unit is as follows: [Collateral Address], Clearwater, Florida 337--. The Borrower agrees that there will be no material changes to the design of the project after initial commitment by the City without assurances provided by Borrower and approved by City that the proposed changes will not adversely affect the HOME- assisted unit or any provision of this Agreement. 4. No Discrimination. The Borrower shall not discriminate, as defined by Federal Statutes, on the basis of race, creed, color, sex, age, or national origin in the occupancy of the HOME-assisted unit or in connection with the employment or application for employment of persons for the operation and management of the project. 5. Affirmative Marketing Efforts. The Borrower will follow the affirmative marketing procedures and requirements for the HOME Program to attract an eligible homebuyer in the housing market area to the available housing without regard to race, color, national origin, sex, religion, familial status, or disability. 6. Environmental Reviews. Each HOME-assisted project must be assessed for environmental effects in accordance with the provisions of the National Environmental Policy Act of 1969 (NEPA) and related authorities listed in HUD’s implementing regulations at 24 CFR Parts 50 and 58. 7. Displacement, relocation, and acquisition. The Borrower will take reasonable measures to minimize displacement of persons as a result of the project being assisted with HOME funds in accordance with the requirements of the Uniform Relocation Assistance and Real Properties Acquisition Act. The borrower shall be responsible for any relocation expenses incurred without the City of Clearwater approval. 8. Labor. The Borrower shall be responsible for maintaining the prevailing wage rates for HOME- assisted projects with 12 or more units in accordance with the Davis-Bacon Act (40 U.S.C. 276a-276a-5). 9. Lead-Based Paint. The Borrower shall be responsible for maintaining that the HOME-assisted unit meets the requirements listed in the Lead-Based Paint Poisoning Prevention Act and 24 CFR Part 35. 10. No Conflicts with Other Documents. The Borrower warrants that it has not, and will not, execute any other agreement with provisions contradictory to, or in opposition to, the provisions hereof, and that, in any event, the requirements of this Agreement are paramount and controlling as to the rights and obligations herein set forth and supersede any other requirements in conflict herewith. 11. Requests for disbursement of funds. The Borrower shall request funding for the HOME- assisted project from the City of Clearwater on an as-needed basis. 12. Records. The Borrower shall retain all records pertaining to Project for a period of five years after audit and/or resolution of audit findings involving this loan. The Borrower shall maintain accurate information regarding the occupancy for each HOME-assisted unit during the term of the affordability period and, at the request of the City, shall submit this information to the City [Collateral Address], Clearwater, FL [Company] 3rd of March, 2019 HOME Investment Partnerships Land Use Restriction Agreement Page 4 for the City’s review and comment. The Borrower shall maintain documentation substantiating compliance with affirmative marketing requirements. These Project records shall be made available to The City of Clearwater, U.S. Department of Housing and Urban Development and/or representatives of the Comptroller General of the United States for audit, inspection, or copying purposes during normal business hours. The Owner shall maintain project records that include: (a) A description of the project assisted with HOME funds, including the location and form of HOME assistance. (b) The source and application of funds for each project, including supporting documentation in accordance with 2 CFR §200.302 and §200.303. (c) Records demonstrating the homeownership project meets the minimum per-unit subsidy in accordance with 24 CFR §92.205(c) and §92.250(a) and subsidy guidelines adopted in accordance with 24 CFR §92.250(b). (d) Records demonstrating the homeownership project meets the property standards in accordance with 24 CFR §92.251 and the lead-based paint requirements in accordance with 24 CFR §92.355. (e) Records demonstrating the person or persons purchasing the HOME-assisted unit are income eligible in accordance with 24 CFR §92.203. (f) Records demonstrating the purchase price or estimated value after construction for the homeownership project does not exceed 95% of the median purchase price for the area in accordance with 24 CFR §92.254. (g) Records demonstrating the homeownership project meets the affordability requirements of 24 CFR §92.254 for the required period. (h) Records demonstrating compliance with the written agreements in accordance with 24 CFR §92.504. (i) Records demonstrating compliance with the applicable uniform administrative requirements in accordance with 24 CFR §92.505. (j) Records documenting required inspections, monitoring reviews and audits, and the resolution of any findings or concerns. (k) Records documenting equal opportunity and fair housing requirements in accordance with 24 CFR Part 100 Fair Housing Act and certifications according to 24 CFR §91.225, §91.325, and §91.425 (certifications). (l) Records documenting HOME-related financial activities. (m) Records documenting affirmative marketing and Minority Business Enterprise/Woman Business Enterprise (MBE/WBE) activities. 13. Monitoring. The Borrower shall permit the City or its designee to inspect all records pertaining to the unit upon reasonable notice and within normal working hours and shall submit to the City [Collateral Address], Clearwater, FL [Company] 3rd of March, 2019 HOME Investment Partnerships Land Use Restriction Agreement Page 5 such documentation, as required by the City, to document compliance with this Agreement and HOME Program rules. If the project is new construction, the Borrower shall provide the required documentation monthly, until the HOME-assisted unit is sold. 14. Successors Bound. This Agreement and the covenants contained herein shall run with the land and shall bind, and the benefits shall inure to, respectively, the Borrower and its successors and assigns and all subsequent owners of the project or any interest therein, and to the City for the Period of Affordability set forth in this Agreement. 15. Enforcement of Terms. The benefits of this Agreement shall inure to, and may be enforced by, the City for the Period of Affordability. 16. Conflict of Interest. The Borrower warrants that no person who exercises or exercised any functions or responsibilities with respect to HOME activities, or who is in the position to participate in decisions or gain inside information, may obtain a financial interest or benefit from a HOME activity; or have an interest in any contract, subcontract, or agreement for themselves or for persons with business or family ties. 17. Conditions of Religious Organizations. HOME funds may be used for rehabilitation or construction of housing that is owned by primarily religious organizations and to assist primarily religious organizations in acquiring housing provided the agreement includes the conditions prescribed in 24 CFR §5.109 for the use of HOME funds by religious organizations. 18. Uniform Administrative Requirements. If the owner of the HOME-assisted project is a not- for-profit organization, the owner agrees to comply with applicable federal administrative requirements and provisions of 2 CFR Part 200 for government entities, or applicable provisions of 2 CFR Part 200 Subpart E for non-profit entities. 19. Severability. The invalidity of any clause, part, or provision of this Agreement shall not affect the validity of the remaining portion thereof. 20. Defaults and Remedies. If the Borrower shall fail to observe or perform any covenant, condition, or agreement contained herein on its part to be observed or performed, then and in such event, the City shall be entitled, in addition to all other remedies provided by law or in equity. (a) To compel specific performance by the Borrower of its obligations under this Agreement, it being recognized that the beneficiaries of Borrower obligations hereunder cannot be adequately compensated by monetary damages in the event of Borrower’s default. (b) To cause the Borrower to pay to the City an amount equal to all HOME funds loaned to Borrower, less any principal balance previously repaid by Borrower, if any HOME- assisted unit is knowingly or negligently rented to persons who do not comply with the requirements for such unit. (c) In addition, to these remedies, a default by the Borrower hereunder shall constitute a default under the Mortgage and Note of even date herewith, which will enable the City thereunder, after notice and an opportunity to cure as therein provided, to accelerate the Borrower’s loan and take such other actions as may be permitted under the terms of the Mortgage. [Collateral Address], Clearwater, FL [Company] 3rd of March, 2019 HOME Investment Partnerships Land Use Restriction Agreement Page 6 IN WITNESS WHEREOF: For: [Company], a Florida not-for-profit corporation WITNESSES (Two Required): (Type or print names under signature.) By: By: [Recipient Name] Name: Title: Title By: Name: STATE OF FLORIDA ] COUNTY OF PINELLAS ] The foregoing instrument was acknowledged before me this _____ day of _______________, 20___, by [Recipient Name], Title, of [Company], a Florida not-for-profit corporation, who is personally known to me or who has produced a driver’s license as identification. My Commission expires: Signature of Notary Public CITY OF CLEARWATER, FLORIDA By and through its CITY COUNCIL By: Charles H. Lane, Jr., Assistant Director Economic Development & Housing APPROVED AS TO FORM: By: Laura Mahony, Assistant City Attorney [Collateral Address], Clearwater, FL [Company] 3rd of March, 2019 HOME Investment Partnerships Land Use Restriction Agreement Page 7 Exhibit A Legal Description Parcel Number: 00-00-00-00000-000-0000 Legal Description: Legal Description 1 Prepared by: Terry Malcolm-Smith City of Clearwater Dept. of Economic Development & Housing P.O. Box 4748 Clearwater, FL 33758 Exhibit E-1 LAND USE RESTRICTION AGREEMENT HOME INVESTMENT PARTNERSHIP PROGRAM HOME BUYER THIS DECLARATION is entered into this _______________________day of _______________, 2019 between_______________________________________________________________________________, his/her successors, assigns and transferees regarding the real property described below, hereinafter called (“ Borrower”) and the City of Clearwater, Florida, unit of local government organized and existing under the laws of the State of Florida hereinafter called (“City”), whose address is 600 Cleveland Street, Suite 600, Clearwater, Florida 33755 (Lender). WHEREAS, the Borrower shall purchase certain real property described herein and agrees to the City that the real property which is the subject of a Mortgage and Note executed by Borrower of even date herewith, shall contain the restrictive covenants set forth herein, WHEREAS, Borrower agrees that the hereafter described restrictive covenants shall remain in full force and effect against the real property until the end of the Period of Affordability, WHEREAS, these covenants shall be properly filed and recorded by City in the Official Public Records of Pinellas County, Florida and shall constitute a restriction upon the use of the property subject to and in accordance with the terms contained herein, and IN CONSIDERATION of funds the City has provided to the Borrower for a loan to finance the down payment and closing costs on real property located in the City of Clearwater, Pinellas County Florida described as: (LEGAL DESCRIPTION) _________________________________________________________________________________________________ _________________________________________________________________________________________________ which has the address of: ____________________________________________________________________________ _________________________________________________________________________________________________ (herein “Property Address”) and which real property is described in the mortgage between the City and the Borrower, the Borrower acknowledges that these Restrictive Covenants are necessary to comply with the program requirements of the HOME program stated at 24 CFR §92.254, from which funds were obtained to finance such loan and covenants and agrees with the following: 1. Covenants and Restrictions on Use of HOME Funds. HOME funds provided to this project will be used for down payment and closing costs for the acquisition of the real property. At the time of the application, the Borrower’s annual income should not exceed 80 percent of the area median income, as determined and made available by the U.S. Department of Housing and Urban Development with adjustments for smaller and larger families at the time of purchase of the new home. The home must be the principal residence of the family. a. The value of the HOME assisted unit shall not exceed 95 percent of the median purchase price for that type of single-family housing for the area (FHA 203(b) limits). The maximum per unit subsidy amount shall not exceed the per dollar limits established under section 221(d)(3)(ii) of the National Housing Act. b. The Borrower shall have fee simple title to the property. c. For the purpose of these Covenants, the Period of Affordability shall be a period beginning when the HOME funds are invested and ending at the end of the __________________ ( ) years thereafter. 2 d. During the Period of Affordability, the single-family unit must be occupied by the Borrower. Should the Borrower sell the property to any willing buyer at whatever price the market will bear, the sale will trigger repayment of the HOME assistance. In addition, if the Borrower should rent and/or transfer the property, or if the home shall cease to be the principal/homestead residence of the Borrower, it will trigger repayment of the HOME assistance. e. The City will use the recapture provision for repayment of the loan should the Borrower not abide with the affordability period or any other default provision in the mortgage, note or covenant. In the event of default, the Borrower shall repay the City in accordance with the following: (1) The “Net Proceeds” from the sale shall be determined by subtracting the amount of the seller’s closing costs and repayments of the outstanding loans on the property, including the repayments of any loans of HOME or other funds provided by the City; (2) The Borrower may recover his or her initial investment from the Net Proceeds. The initial investment included the amounts he or she contributed to the down payment when the property was originally purchased, to any permanent improvements to the property and to payment of principal on the permanent financing. (3) Any balance remaining from the initial investment shall be divided proportionally between the Borrower and the City according to their investments and formulas. The City’s investment shall include all grants and loans of HOME or other City funds provided to the Borrower, minus any repayments previously made to the City. (4) In the event the proceeds from the sale of the property are insufficient to permit the Borrower to recover any of the amounts indicated in (1), (2) or (3) above, neither the City nor any previous owner shall be liable for such insufficiency. f. In the event the housing is conveyed pursuant to a foreclosure sale, the provisions of Section 92.254 (a)(5)(ii) of the HOME Program shall apply. The recapture provision provides for shared net proceeds (if any) from the foreclosure sale. If there are no net proceeds from the foreclosure, repayment by the City or the Borrower is not required and HOME Program requirements are considered to be satisfied. g. Enforcement. Violation or breach of any restrictions or covenant herein contained shall give the City the right to institute any proceeding at law or in equity necessary to recover the applicable sum set forth in this agreement. If action is instituted by the City to recover the sum, Borrower or its successors in the title agree to pay all costs to collection, including court costs and reasonable attorney’s fees. IN WITNESS WHEREOF, this document has been duly signed by the Borrower on or as of the day and year first above written. In the presence of: Witness Borrower Witness Borrower STATE OF FLORIDA ] COUNTY OF PINELLAS ] The foregoing instrument was acknowledged before me this ___ day of ____, 2019 by __________________ and _______________________, husband and wife, personally known to me or who have produced a drivers license as identification. My Commission expires: Notary Public HOUSING FINANCE AUTHORITY, PINELLAS COUNTY, FLORIDA Local Housing Assistance Plan - Exhibit “F” Certifications and Required Statements: In implementing the strategies and activities outlined in this plan, housing for which a household devotes more than 30 percent of its income shall be deemed affordable if the first institutional mortgage lender is satisfied that the household can afford mortgage payments in excess of the 30 percent benchmark or, in the case of rental housing, does not exceed those rental limits adjusted for bedroom size established by the Florida Housing Finance Corporation. This participating jurisdiction has a plan to advertise the availability of the housing assistance plan at least 30 days before the beginning of the application period in a newspaper of general circulation. This participating jurisdiction has developed a qualification system and selection criteria for applications for awards to eligible sponsors, adopted criteria for selection of eligible persons, and adopted a maximum award schedule or system of amounts consistent with the intent and budget of its local housing assistance plan. This participating jurisdiction has developed a time line for the expenditure of Program distribution funds in sufficient detail to allow for a comparison of such plan with actual expenditures. This participating jurisdiction has a provision for the application of program income and recaptured funds from loan repayments, reimbursements or other repayments, and interest earnings on the local housing distribution funds. This participating jurisdiction shall establish and maintain a local housing assistance fund with a qualified depository, as defined in Chapter 280, F.S. Amounts on deposit shall be invested, as permitted by law, for the program funds of this participating jurisdiction. This fund shall be separately stated as a special revenue fund in this participating jurisdiction’s audited financial statements. In accordance with the provisions of ss.760.20-760.37, it is hereby certified that this participating jurisdiction will not discriminate on the basis of race, creed, religion, color, age, sex, marital status, familial status, national origin or handicap in the award application process for eligible housing. It is hereby certified that the staff or entity that has administrative authority for implementing a local housing assistance plan assisting rental developments shall annually monitor and determine tenant eligibility through the compliance period as described in Pinellas County Ordinance 06-28, Section 3 and as amended in Ordinance 09-44. It is hereby certified that this document is the eligible entity’s local housing assistance plan and all provisions of the plan conform to the requirements of Pinellas County Ordinance 06-28 and the Rules. __________________________________________________________________________ Authorized Official Title Date Resolution No. 19-22 RESOLUTION NO.19-22 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, ADOPTING THE CITY OF CLEARWATER THREE YEAR LOCAL HOUSING ASSISTANCE PLAN IN ACCORDANCE WITH THE HOUSING TRUST FUND ESTABLISHED BY PINELLAS COUNTY HOUSING FINANCE AUTHORITY COVERING FISCAL YEARS 2019- 2020 THROUGH 2021-2022, PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater has established the FY 2016-2017 Through FY 2019-2020 Consolidated Plan which identifies goals, objectives and strategies to develop viable urban communities by providing decent housing and suitable living environment and to expand economic opportunities principally for very-low to moderate- income persons/households; and, WHEREAS, the City of Clearwater City Council approved the Four-Year Consolidated Plan covering fiscal years 2016-2017 through 2019-2020 at their July 21, 2016 Meeting, and WHEREAS, the Consolidated Plan has established affordable housing as the highest priority; and WHEREAS, Pinellas County Board of County Commissioners established a Housing Trust Fund (Ordnance No. 06-28) to implement the Housing Trust Fund Program for the development and provision of affordable housing; and, WHEREAS, the City of Clearwater has established a Local Housing Assistance Plan under an agreement with Pinellas County Housing Finance Authority; and, WHEREAS, the City of Clearwater has established a Housing Trust Fund from which funds are allocated, and, WHEREAS, the Local Housing Assistance Plan provides that ten percent (10%) of the total housing trust fund program income will be used for administrative expenses; and, WHEREAS, the funds distributed through the Local Housing Assistance Plan must be leveraged at a minimum of 2:1; set aside a minimum of fifteen percent (15%) of the funds for persons with special needs or persons earning thirty percent (30%) or less of the area median income (AMI); and maintain that eighty percent (80%) of the funds will be utilized as non-forgiven loans that generate program income; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Resolution No. 19-22 2 Section 1. The City of Clearwater hereby adopts the attached Local Housing Assistance Plan in accordance with the Housing Trust Fund established by the Pinellas County Housing Authority covering fiscal years 2019-20, 2020-21 and 2021-22. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _______ day of _____________, 2019. ______________________________ George N. Cretekos Mayor Approved as to form: Attest: __________________________ ______________________________ Laura Mahony Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6638 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Approve settlement of a property damage liability claim (19-000130) for payment of $130,808.25 to HGBrown and Associates, LLC, the property owner, with a general release of all claims and authorize the appropriate officials to execute same. SUMMARY: On June 27, 2019, a city water main broke near the entrance of the Best Buy store located at US 19 N and Drew Street. The water released intruded into the asphalt sublayer of a section of the parking lot and caused a rippling of the surface, impairing and limiting access to tenants’ stores on the property. The property owner, HGBrown & Associates, LLC, is asking the City to repair the areas where the parking lot had to be cut to reach the main water line and for peripheral damage caused by the water intrusion to parts of the parking lot. The tenants affected include Best Buy, and Rooms To Go. HGBrown & Associates have agreed to settle this claim for $130,808.25 pending city council approval. The Risk Management Division and the City’s Claims Committee recommend approval of this settlement. Funding for the payment of this settlement is available in the budget for claims expense in the Central Insurance Fund. APPROPRIATION CODE AND AMOUNT: 5907590-545900 $130,808.25 Page 1 City of Clearwater Printed on 9/5/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6639 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Approve the purchase of excess liability, excess workers compensation, and numerous specialty insurance policies from October 1, 2019 through September 30, 2020 at an amount not to exceed $875,000 and authorize the appropriate officials to execute same. SUMMARY: The Risk Management Division of the Finance Department purchases certain excess and specialty insurance policies through the efforts of Arthur J. Gallagher and Company. These policies include an excess liability package through Lloyds’s of London for coverages including General Liability, Automobile Liability, Employee Benefits Liability, Public Officials Liability, Personal Injury Law Enforcement Liability, Marine Operator’s Liability, EMS Liability, and Compressed Natural Gas Liability; an excess workers compensation package through Safety National for coverages including Workers Compensation and Employer Liability; and additional excess policies for Third Party Storage Tank Liability, Hull Protection and Indemnity, Cyber Liability and numerous flood policies. Last year the City obtained a two-year rate guarantee agreement with Brit, the liability carrier, and this renewal marks the beginning of the final year. Due to the City’s increase in operating expenses, employee and city population growth, this premium increased by 4.08% to $289,875 on excess package policies. Brit will consider another multi-year rate agreement after the end of this renewal policy. The premium for excess Workers Compensation coverage increased by 6.85% to $334,788 for fiscal 2020 due to the City’s payroll growing. Safety National has agreed to keep the renewal premium rate through 2021. Risk Management is also estimating an increase of 10 - 15% for the additional excess policies, and a 10% increase for the various flood policies. This request includes a contingency of $16,876.25 to accommodate any other unforeseen increases. The total requested not-to-exceed amount of $875,000 is a 7.36% increase over fiscal 2019 not-to-exceed of $815,000. APPROPRIATION CODE AND AMOUNT: 5907590-545100 $875,000 Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6639 Page 2 City of Clearwater Printed on 9/5/2019 Effective Excess and Specialty Insurance Renewals:FY2017-18 FY2018-19 FY2018-19 FY2019-20 % Increase/Decrease % Increase/Decrease Date of Coverage October 1, 2018 thru October 1, 2019 Actual Paid Approved Budget Actual Paid Requested from FY 18-19 Budget from FY 18-19 Actual 1-Oct Excess Package Policy including General Liability/ Auto/Employee Benefits/Employer Liability/ Public Officials/ Personal Injury Law Enforcement/Marine Operator's Liability/EMS Liability/CNG Liability ($500 SIR)271,500.00 278,500.00 278,050.00 289,875.00 4.08%4.25% 1-Oct Excess Workers' Compensation ($600K SIR)299,840.00 313,334.00 313,334.00 334,788.00 6.85%6.85% Total Excess Policies 571,340.00 591,834.00 591,384.00 624,663.00 1-May Cyber Liability 16,692.00 18,361.20 17,230.00 18,953.00 3.22%10.00% 20-May Third Party Storage Tank Liability 13,283.00 14,611.30 13,421.00 15,434.15 5.63%15.00% 8-Nov Flood: 525 N Betty Lane (CCC Clubhouse & Canopy)973.00 1,167.60 999.00 1,098.90 -5.88%10.00% 9-Nov Flood: 601 N Old Coachman Rd (Spectrum Field)2,115.00 2,538.00 2,143.00 2,357.30 -7.12%10.00% 10-Nov Flood: 1190 Russell St (Phillip Jones Restroom)2,622.00 3,146.40 5,051.00 5,556.10 76.59%10.00% 12-Nov Flood: 25 Causeway Blvd (Marina)10,264.00 12,316.80 12,761.00 14,037.10 13.97%10.00% 12-Nov Flood: 69 Bay Esplanade (Recreation Ctr)10,737.00 12,884.40 16,007.00 17,607.70 36.66%10.00% 12-Nov Flood: 3141-3157 Gulf to Bay Blvd (WPC-East)12,411.00 14,893.20 15,610.00 17,171.00 15.29%10.00% 5-Feb Flood: 10 Pier 60 Drive (Pier 60 Concession Stand)17,057.00 20,468.40 15,404.00 16,944.40 -17.22%10.00% 13-Feb Flood: 525 N Betty Lane (CCC Old Cart Storage)2,938.00 3,525.60 3,001.00 3,301.10 -6.37%10.00% 13-Feb Flood: 525 N Betty Lane (CCC New Cart Storage)827.00 992.40 841.00 925.10 -6.78%10.00% 29-Mar Flood: 653 N Old Coachman Rd (Carpenter Field Training Bldg)1,448.00 1,737.60 1,574.00 1,731.40 -0.36%10.00% 8-Apr Flood: 651 N Old Coachman Rd (Carpenter Field Clubhouse)1,301.00 1,561.20 1,317.00 1,448.70 -7.21%10.00% 17-Apr Flood: 332 S. Gulfview Blvd (Barefoot Beach House)15,015.00 18,018.00 16,127.00 17,739.70 -1.54%10.00% 21-Apr Flood: 332 S. Gulfview Blvd (Maintenance Bldg)2,454.00 2,944.80 3,178.00 3,495.80 18.71%10.00% 11-Jun Flood: 180 Gulfview Blvd (Lifeguard Bldg.) 17,733.00 21,279.60 19,114.00 21,025.40 -1.19%10.00% 12-Jun Flood: 534 Mandalay Ave (Fire Station #46)22,421.00 26,905.20 28,477.00 31,324.70 16.43%10.00% 12-Jun Flood: 700 Bayway Blvd (Police Station)2,883.00 3,459.60 2,944.00 3,238.40 -6.39%10.00% 3-Aug Flood: 1001 Gulf Blvd (Community Sailing Center)1,562.00 1,874.40 1,636.00 1,799.60 -3.99%10.00% 29-Sep Flood: 1605 Harbor Dr (Pollution Control Bldg) 1,390.00 2,398.46 1,391.00 1,530.10 -36.21%10.00% Total All Policies 750,156.00 801,877.16 815,591.00 858,123.75 Contingency 13,122.84 16,876.25 Total All Policies and Contingency 750,156.00 815,000.00 815,591.00 875,000.00 7.36%7.28% Note: Lessees reimburse the City for the cost of flood insurance premiums at the following properties: Clearwater Country Club - 525 N Betty Lane Barefoot Beach House - 332 S Gulfview Blvd Excess Insurance Renewal for 2019-20 Broker: Arthur J. Gallagher Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6656 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 9.5 SUBJECT/RECOMMENDATION: Approve an increase to Purchase Order No. 19000957 with Marlin Gas Services, LLC, in the amount of $140,000, to provide portable natural gas service to the Del Webb residential community in Pasco County. SUMMARY: CGS (Clearwater Gas System) has been using Marlin Gas, who provides portable natural gas tanks to serve the Del Webb subdivision, located north of State Road 54 and east of the Suncoast Parkway, in Pasco County. This neighborhood is currently not connected to the CGS distribution system. The Marlin tanks are connected into the CGS distribution system within the neighborhood to serve the residential homes. The reason for the increase is because CGS still needs to extend the distribution main approximately two miles, along Tower Rd (aka Bud Bexley Parkway), to serve this community. One of the biggest challenges is that portions of Tower Rd are not developed as a continuous roadway. This has delayed getting the main extended. CGS is waiting on a permit from Pasco County to run in their right-of-way. Also, CGS needs to obtain two separate easements from property owners to run the line along Tower Rd, as some portions of the road are not dedicated right-of-way yet. Once these permits and easements are issued, it will take approximately 4 months to extend the gas line along Tower Rd to serve the Del Webb community. The goal is to have the permanent gas line extended to the Del Webb subdivision by March 2020. The original purchase order (PO) was approved in March 2019 at $40,000. The City Manager approved an increase of $60,000 in August 2019. With this increase, the new PO total will be $240,000. Based on projected invoice amounts, CGS will have approximately $30,000 remaining on the PO after March 2020. These funds will be utilized for any future emergency portable gas requirements. APPROPRIATION CODE AND AMOUNT: Funds are budgeted and available in 4232078-531300 USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/5/2019 STATE ROAD 54BUD BEXLEY PARKWAYRAM P SUNCOAST PARKWAY SBN SUNCOAST PARKWAY NBN SUNLAKE BOULEVARDSUNCOAST TRAILTOWER ROADBEXLEY VILLAGE DRIVEMENTMORE BOULEVARDLAKE PATIENCE ROADLEONARD ROADBIKE TRAILHENLEY ROADBALLANTRAE BOULEVARDMITCHELL ROADWILSON ROADJOY DRIVESOUTH BRANCH BOULEVADREXEL ROADMEADOWBROOK DRIVEBLACK LAKE ROADOA K S T E A D B O U L E VA R D IVY LAKE DRIVEAZRA DRIVEB R O A D P O R C H R U N CHESAPEAKE DRIVEBREYNIA DRIVEEPIC COVE GLENAPP DRIVESASSANDRA DRIVEGUNLOCK RO ADCOT ROADROWLAND DRIVEPROMENADE PARKWAYMARCHMONT BOULEVARD DOGWOOD DRIVETERRAZZO WAYAERO AVENUEALTAMONT LANEPR AIRIE I R I S D R I VE TOUR TRACEFERNVIEW STREETCOBB ROADBALANCE COVENIGHTSHADE DRIVESUN UP ROADDUNSTABLE DRIVENATURE VIEW DRIVEAVILES PARKWAYPERMIT PLACELINDA LANECOQUI COURTLAKEPOINTE PARKWAYRAINTREE ROADAYRSHIRE BOULEVARDTUBULAR RUNBRIGHTON LAKE ROADS O L L O O P CARAVAN AVENUEOLDE LANARK DRIVEDEL WEBB BOULEVARDMAN O WAR DRIVEJ U D S O N D R IV E BUTTERFLY LANDING DRMINGO DRIVEBRENFORD PLACEFRAME BENDLONG BOW WAYKETTLE LANEKESWICK COURT G I A N N A W AY FYFIELD COURTSATILLA LOOPSOUTER LANEVIRGINIA STATIONOGDEN LOOPSHUMARD OAK DRIVEMAUVEWOOD AVENUEELLENDALE DRIVECEDARWOOD LOOPEVERGREEN LANEBROOKSIDE DRIVEATHERSTONE TRAILHAILEY LANEWEYMOUTH DRIVEA M PE D W AY HAVELOCKE DRIVE S E M B L E R D R IV E EATON ROADKRISTEN LANEMORSANI ROADSERVICE ROADBRONSON PLACER A M PSERVICE ROAD Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6653 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 9.6 SUBJECT/RECOMMENDATION: Award Invitation to Bid Number 45-19, Galvanized Pipe and Fittings, to Bert Lowe Supply of Lakeland, Florida and Empire Pipe Orlando of Sanford, Florida, for the supply of galvanized pipe and fittings, in the annual not-to-exceed amount of $140,000 with option for two one-year term extensions and authorize the appropriate officials to execute same. SUMMARY: Invitation to Bid (ITB) #45-19 was issued in July 2019 for the supply of galvanized pipe and fittings for the Clearwater Gas System (CGS). Seven bids were received. Product samples from multiple vendors were reviewed and evaluated for specification compliance and suitability for application. Products were represented in 10 Groups of fittings and 1 Group of galvanized pipe, with the intention to award by group. Two vendors, Bert Lowe Supply and Empire Pipe Orlando, are recommended for award, representing the most responsive and responsible low bidders, meeting the specifications for Bid #45-19, and having excellent references. For placing orders, the primary award is as follows: Groups 2, 3, 5, 9 and 10 to Empire Pipe, and Groups 1, 4, 6, 7, 8 and 11 to Bert Lowe Supply. To ensure a continuity of supply, flexibility to order product from either vendor as a secondary source, and tertiary from the open market is included in this recommendation. All materials are code approved and will be used in Clearwater Gas System’s distribution network for new customers’ house piping; existing meters and related piping/fittings are replaced as they reach the end of their useful life. APPROPRIATION CODE AND AMOUNT: Capital project funds are available in Gas’ New Mains and Service Lines 323-96377 (Pinellas) and 323-96378 (Pasco) ·FY19 $11,667 (1 month) Future fiscal year capital project funding will include: ·FY20 $140,000 ·FY21 $140,000 ·FY22 $128,333 (11 month) USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6653 Page 2 City of Clearwater Printed on 9/5/2019 CITY OF CLEARWATER ITB # 45-19 Galvanized Steel Pipe and Fittings DUE DATE: July 18, 2019 BID TABULATION SUMMARY Group DESCRIPTION Bert Lowe Supply Co.Empire Pipe Orlando LLC Hydrologic Distribution Co. Import Hydrologic Distribution Co. Domestic Tampa Winsupply Co.Tempaco, Inc. CH Fittings Tempaco, Inc. SA Fittings 1 CAPS 4,983.70$ 5,625.85$ 7,555.92$ 14,926.42$ 12,872.25$ 8,983.11$ 5,877.28$ 2 90 ELBOWS 11,933.26$ 9,906.27$ 13,334.28$ 25,492.45$ 22,032.10$ 15,877.36$ 10,146.77$ 3 REDUCER 90 ELBOWS 5,825.12$ 5,999.83$ 8,546.25$ 16,438.28$ 14,197.80$ 10,003.16$ 6,204.70$ 4 PLUGS 4,412.60$ 5,673.50$ 7,646.41$ 7,633.65$ 11,253.44$ 9,080.76$ 5,949.43$ 5 45 ELBOWS 859.10$ 846.35$ 1,128.68$ 2,197.77$ 1,897.56$ 2,407.30$ 876.58$ 6 TEES 14,800.69$ 9,383.16$ 35,883.65$ 46,550.99$ 40,187.73$ 10,963.36$ 9,833.41$ 7 COUPLINGS 1,284.40$ 1,546.49$ 2,056.52$ 4,028.95$ 3,479.54$ 2,446.52$ 1,968.85$ 8 REDUCER COUPLINGS 5,911.65$ 6,692.59$ 8,812.42$ 19,232.73$ 16,626.26$ 10,498.14$ 6,687.54$ 9 NIPPLES 59,809.85$ 34,810.80$ 45,634.80$ 71,616.50$ 62,876.40$ 56,723.85$ 35,602.50$ 10 UNIONS 7,859.45$ 6,118.13$ 8,210.61$ 15,323.65$ 13,231.72$ 9,759.54$ 6,267.14$ 11 GALVANIZED PIPE 29,501.64$ -$ 31,084.20$ 48,387.15$ 44,818.20$ -$ -$ Total Bid Groups 1 – 11:$147,181.46 86,602.97$ 169,893.74$ 271,828.54$ 243,473.00$ 136,743.10$ 89,414.20$ NOTE: Items with a star ( ) indicates intent to award. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6643 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 9.7 SUBJECT/RECOMMENDATION: Approve purchase orders for payment of premiums to various providers under the City’s 1% life insurance program in the annual not-to-exceed amount of $150,000 for the period October 1, 2019 through September 30, 2022 and authorize the appropriate officials to execute same. SUMMARY: The City maintains a benefit for employees referred to as the 1% life insurance program. The program provides for employees to contribute up to 1% of their annual salary toward life insurance premiums with the City matching that amount. Effective October 1, 2008, no new enrollments in the program are permitted, but grandfathered employees are allowed to continue participation. This program was replaced for CWA represented employees with life insurance coverage of $50,000 provided by Unum. Pursuant to City Code section 2.564 (1)(j) Contracts of Insurance, insurances are exempt from competitive solicitation. This request is to approve new three-year agreements with each of the following insurers for ongoing participants: Axa Equitable Life Insurance Company, $7,000 Prudential Insurance Company, $6000.00 Western Premier Life Insurance Company, $10,000 Principal Life Insurance Company, $29,000 New York Life Insurance Company, $98,000 APPROPRIATION CODE AND AMOUNT: Funds for City contributions to this program are included in the annual budget. Page 1 City of Clearwater Printed on 9/5/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6657 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 9.8 SUBJECT/RECOMMENDATION: Authorize the funding of city medical insurance and a contract between the City and Cigna Healthcare for administrative services under a self-insured funding arrangement for the period January 1, 2020 through December 31, 2020, at a total not-to-exceed amount of $20 million, to be funded by city budgeted funds, payroll deductions of employee and retiree premiums. SUMMARY: Historically, the City’s health care costs have escalated due to increased inflation in health care expenses (approximately 9% to 12% annually) which are reflected in the City’s claims experience.  The result was increased costs for the City, the employees, family members, and retirees who participated in the city plan.  In recent years, the City has seen cost increases trending downward, which can be attributed to savings incurred by shifting costs from the medical plan to the Employee Health Center and a greater focus on wellness by the City and employees. These savings resulted in health plan design changes that lowered the office visit co-pays, hospital admission fee, and prescription drug co-pays. The City historically pays 100% of Employee only coverage, 75% of Employee + 1 coverage and 68% of Employee + Family coverage. For plan year 2019, the projected increase was 4.4%. This increase was due to several large claims. The majority of the City Benefits Committee agreed that the employees would pay the employee share of the increase and return to the 75%, 68% shared cost. For plan year 2020, the projected increase is 5.0% for the self-funded medical program. This increase is primarily driven to maintain adequate funding to cover projected medical trend increases and cover continued current large claim costs, as well as, the addition of a preventative screening incentive program. The plan continues to run well. As of June 2019, the plan spend is below budgeted expenses by 7.8%. The City Benefits Committee unanimously voted to renew with the 5% increase at the 75%/68% contribution scenario for dependent coverage. Upon review of the current preventative screening utilization, the addition of the incentive program “Motivate Me” is recommended. Under this program employees will receive incentives (up to $200 per year) after participating in various preventative healthcare activities such as general health screenings at the Employee Health Center, and more advanced screenings such as colonoscopies and mammograms, and chronic health condition coaching. These rewards are directly tied to cost drivers on the City’s medical plan and are an essential part of controlling increases over the long term. All incentive costs are included in the medical plan funding. Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6657 The estimated contract increase for 2020 is $994,324. The City’s fiscal 2020 budget is $18,919,650 which includes $17,219,650 million across all operations for health plan costs and $1,700,000 budgeted for the Employee Health Center, a budgeted increase of approximately $612,830 from fiscal year 2018/19. APPROPRIATION CODE AND AMOUNT: Funds are available in the cost code 5907590-530300 (contractual services) and 5907590-545602 (major medical claims) to fund the City’s portion; and revenues from payroll deductions and retiree premiums will provide remaining funds necessary to fund this contract. Page 2 City of Clearwater Printed on 9/5/2019 1 HEALTH CARE 2020 2CITY OF CLEARWATER | Medical Plan Background •Medical plan is self-funded with Cigna - city pays claims when plan is used •2.6% average annual increase in claims for past 5 years •Market increases are ranging between 9%-12% •Prior to self-funding and the Health Center the city typically saw 10% or higher increases, or had to reduce benefits $721 $746 $782 $861 $802 $0 $200 $400 $600 $800 $1,000 2015 2016 2017 2018 2019 (YTD) Average Claims Per Employee Per Month 3CITY OF CLEARWATER | Self-Funded Renewal •Anticipated increase was 6% over current rates for the 2020 Plan Year •Renewal projection calls for a 5% increase •5% increase for city and employees with dependents •City pays 100% of Single, 75% EE+1, and 68% Family $3,539,121 $17,200,000 Plan Contributions Employee/Retiree Contributions City Contribution 4CITY OF CLEARWATER | Self-Funded Renewal •2020 FY Budget:$18.9 million •City Contributions $17,200,000 •EHC $ 1,700,000 $18,900,000 5CITY OF CLEARWATER | Cigna Open Access Plus Plan •Continue “Open Access Plus” network •Maintain current plan design (copays/deductibles/coinsurance) •Addition of Motivate Me wellness incentive to encourage preventative screenings & EHC 6CITY OF CLEARWATER | Current Cost Drivers 57 catastrophic claims accounted for 38% of medical claims costs. 77% of catastrophic claims have a chronic condition such as: - Hypertension - Diabetes - Hyperlipidemia - Obesity $11,513,362, 62% $7,056,576, 38% Medical Plan Spend Non-Catastrophic Spend Catastrophic Spend 57 Members (Claims >$50k)2,484 Members 7CITY OF CLEARWATER | Current Cost Drivers Cancer is the highest catastrophic cost driver In 2018 cancer spend was over $2.3M for 122 impacted members Cancer screening rates are below the norm with breast, cervical, and colon cancer screenings below 60% of those eligible Over 800 members are identified as having chronic conditions or lifestyle risks (diet, lack of activity, etc.) 8CITY OF CLEARWATER | Motivate Me Motivate Me is a Cigna program that incentivizes healthy medical and lifestyle choices Program includes wellness screenings, preventative care visits, and health coaching targeting cost drivers on the medical plan Available to all employees covered under the medical plan for the 2020 plan year Program is offered and administered by Cigna, and included in the 5% funding increase 9CITY OF CLEARWATER | Motivate Me Incentives Item Criteria Frequency Reward Notes Wellness Screening Performed at clinic – immediate results reviewed with patient by clinic staff 1/year $50 Gatekeeper – this must be completed to be eligible for all other events Online Health Assessment Complete Online Assessment 1/year $25 Complete Annual Physical Available through medical plan or clinic 1/year $50 Preventative Screenings Colon Cancer Cervical Cancer Breast Cancer Prostate Cancer Max Reward of $150 per year $75/screening Chronic Coaching Telephonic or In Person Coaching Up to 2/year $25/coaching $200 Annual Maximum 10CITY OF CLEARWATER | Employee Health Center 11CITY OF CLEARWATER | Employee Health Center Return on Investment Estimated Savings based on the following areas: Network replacement, Specialist/ER avoidance, Brand Drug avoidance, Lab replacement, flu shot replacement, estimated productivity savings. 98% Satisfaction Rate 66% Employee Penetration 45% Target $1.5:1 Average Return on Investment $1,600,000+ Annual Savings HEALTH CARE 2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6574 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 9.9 SUBJECT/RECOMMENDATION: Approve a revised Standard Agreement Form to be used with the various Youth Co-Sponsor Groups and the City of Clearwater and authorize the appropriate officials to execute same. SUMMARY: On January 17, 2013, Council approved a Standard Agreement Form to be used with the various Youth Co-Sponsor Groups including groups such as the Clearwater Little League, Countryside Cougars Football, Clearwater Soccer, etc. that provide recreational and competitive youth sports opportunities for Clearwater Youth. Currently, there are 12 Youth Co-Sponsor Groups that have been recognized by the City and have agreements with the City. These youth groups provide programming for baseball, football, soccer, swimming, lacrosse, softball, track and field, and basketball. The City annually meets with each group and enters into a Sports and Program Youth Co-Sponsor Agreement. Revisions to the existing Agreement are being requested in order to clarify the roles between the City and the Co-Sponsor Groups and provide clear expectations for the Co-Sponsor Groups. The Agreement covers areas such as ADA compliance, training opportunities, financial stewardship, insurance requirements, facility care, publicity, participation guidelines, scheduling needs, etc. Since there are numerous Youth Co-Sponsor Group Agreements to negotiate and approve, staff is recommending that the Council continue to allow the City Manager or his designee to enter into these revised agreements. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/5/2019 1 CITY OF CLEARWATER SPORTS AND PROGRAM CO-SPONSOR AGREEMENT THIS AGREEMENT, made and entered into this of , by and between the CITY OF CLEARWATER, FLORIDA, a municipal corporation of the State of Florida, hereinafter referred to as “City”, P.O. Box 4748, Clearwater, FL 33758 and the hereinafter referred to as “Co-Sponsor Group”, (address) WITNESSETH: WHEREAS, the Co-Sponsor Group is an organized recreational group or program approved by the Parks and Recreation Director, which provides its own volunteer leadership and administration; and WHEREAS, the City recognizes the Co-Sponsor Group as providing a valuable service to the community, through their extensive use of volunteers and volunteer resources; and WHEREAS, the Co-Sponsor Group meets all of the criteria included in this Agreement, and WHEREAS, the Co-Sponsor Group desires to use various City-owned facilities for organized sports programs and or various other recreational related activities for the citizens of Clearwater; and WHEREAS, the City owns certain public properties and facilities that are available to be utilized by the Co-Sponsor Group for their programs; and WHEREAS, the Co-Sponsor Group may use the physical facilities owned and maintained by the City or leased to the City subject to the terms of this Agreement. NOW, THEREFORE, in consideration of the covenants herein contained and other good and valuable consideration, the City agrees to allow the Co-Sponsor Group to utilize City facilities as described in Exhibit “J” attached hereto, as may be amended from time to time, and is hereby made a part of this Agreement, under the following terms and conditions: 1. Recitals. The foregoing recitals are true and correct and are incorporated in and form a part of this Agreement. 2. The term of the Agreement will be for a period of one (1) year commencing and ending . 3. The Co-Sponsor Group agrees to abide by and enforce all City ordinances as they relate to Parks & Recreation. The ordinances can be found at 2 http://library.municode.com/index.aspx?clientId=10148&stateId=9&stateName=Flori da 4. This Agreement may only be amended by written amendment to this Agreement, executed by both Parties. 5. This Agreement will remain in effect unless terminated by either party as follows: a. Upon breach of this Agreement by a party, the other party will give written notice of termination of this Agreement specifying the claimed breach and the action required to cure the breach. If the breaching party fails to cure the breach within five days from receipt of said notice, then the contract will terminate ten days from receipt of the written notice. b. Either party may terminate this Agreement without cause by giving written notice to the other party that the Agreement will terminate 30 days from the receipt of said notice by the terminating party. 6. Subject to available funding, the City will provide and maintain facilities for the Co- Sponsor Group for their approved program and activity. The City of Clearwater Parks and Recreation Department is dedicated to improving the overall quality of sports and athletics in the City and reserves the right to close any field, at any time, for any reason, in its sole discretion, including but not limited to, for maintenance purposes or poor field conditions. 7. Any unpermitted use of a facility or field may result in fees, and or immediate termination of present and/or future field use. Individual teams or participants using closed facilities will be considered representatives of the Co-Sponsor Group in which they participate. 8. The Co-Sponsor Group agrees to provide recreational programs and activities to primarily benefit the residents of Clearwater. The City will actively promote the Co- Sponsor Group programs and activities utilizing City resources i.e. my Clearwater Magazine, C-View, etc. Promotional materials must be approved by city liaison before distribution (i.e. camps, clinics, tournaments, etc.). Any promotional materials using the City of Clearwater logo must receive written approval prior to distribution. 9. The City of Clearwater complies with the Americans with Disabilities Act of 1990, Public Law 101-336, July 26, 1990 (42 USCA § 12101) (“ADA”), which prohibits discrimination on the basis of disability. The ADA, as applied to cities, counties, and other local governmental entities, requires that no qualified individual with a disability shall, on the basis of a disability, be denied the benefits of local government services, programs, or activities. The Co-Sponsor Group acknowledges the importance of complying with the ADA and agrees to educate itself and its members of all requirements of the ADA and will abide by same. 10. The Co-Sponsor Group shall not discriminate on the basis of race, creed, color, age, national origin, religion, sex, disability or any other protected class in accordance with current state or federal laws. The City reserves the right to terminate this Agreemen t immediately upon breach of this covenant. 3 11. The Co-Sponsor Group shall maintain legal status as a state or federal Internal Revenue Service approved 501(c)(3) organization. Such status shall be maintained during the term of this Agreement and proof of this status shall be submitted to the City annually. If 501(c) (3) status is rescinded, suspended, cancelled, or otherwise changed, the Organization shall notify the City within thirty (30) days. Failure by the Organization to maintain such status shall be cause for immediate termination. 12. The Co-Sponsor Group agrees to provide competent leadership for the program. The Board of Directors. as established by the organization’s by-laws, will include at minimum, one (1) City of Clearwater resident. The Board of Directors will conduct the program in the best interest of the City of Clearwater. 13. The Co-Sponsor Group agrees to provide recreational programs and activities to primarily benefit the residents of Clearwater. The Co-Sponsor Group agrees to promote their program to the citizens of Clearwater and that a minimum of 50% of their participants will be residents of the City of Clearwater. If the 50% target is not being satisfied, the Co-Sponsor Group may submit a plan to achieve this goal or an alternative that must be approved by the City. Failure to maintain fifty percent (50%) resident participation may be cause for termination with thirty (30) days notice, if a viable plan to increase resident participation is not approved by the City. 14. The Co-Sponsor Group agrees to submit the following as specified, and if appropriate as outlined in corresponding Exhibits. Failure to comply with this procedure may result in future co-sponsorship agreement denial, fees, immediate termination of present and/or future field use, or termination of current co-sponsor agreement. a. The Co-Sponsor Group will provide the following information each year as outlined in Exhibit A. • Specific range of dates for their primary season and registration dates. • Request the facilities and/or fields for their primary season • Request and special event dates such as tournaments, clinics, camps, fundraisers, etc. Charges will be determined per the agreement. b. Current roster as defined in Exhibit J. Due Date: _______ or as defined in Exhibit J. • Rosters must include the following: o Name of participant o Participant’s home address o Participant’s date of birth o Parent/Guardian Name o School Attending c. Payment for participants who do not have valid participant cards. Due Date: ________ or as defined in Exhibit J. • Each participant is expected to possess a current City of Clearwater Recreation Card. The card must be valid for at least 50% of the Co-Sponsor Group’s season as outlined in Exhibit J. A fee will be accessed to the organization for each member determined not to have a current City of Clearwater Recreation 4 Card, regardless of whether the individual is a City of Clearwater resident or non-resident. o Current fees are as follows: ▪ $128.40 for recreational ▪ $192.60 for competitive ▪ Or as outlined in Exhibit J. ▪ If a player does not have or purchase a Recreation Card, the fee charged to the organization will include tax. The organization is acting as a conduit for the individual and as such is responsible for the tax portion of the Recreation Card purchase. ▪ Roster payments must be accompanied with a Participant Card Application for each person without a valid Recreation Card. See Exhibit K. ▪ This fee is subject to change as defined in Clearwater Code of Ordinances, Appendix A - Schedule of Fees, Rates, and Changes; XI Parks, Beaches, Recreation - Use of Facilities by nonresidents (ch 22). ▪ It is recommended that the Co-Sponsor Group retain a copy of the participant’s recreation card or a copy of the recreation card receipt. d. An accurate facility and/or field schedule for approved season, depi cting actual use. See Exhibit J. e. A complete list of current Board of Directors: Due date: ________ f. A list of all coaches and their certifications and proof of required Level II Background checks. See Exhibit C & J. g. Copy of by-laws: Due date: _________ h. Verification of non-profit status: Due date: _________ i. A copy of Insurance Certificate naming the City of Clearwater and the Pinellas County School Board as additionally insured, and waiver, if applicable. See Section 16 for coverage requirements: Due date: _________ See Exhibit H for Insurance Exemption Form j. DR-14 (tax exemption form), if applicable: _________ k. Annual financial statement: Due date: _________ See Exhibit I for template of minimal requirements. l. Annual Co-Sponsor Group Summary Report: • Submitted at the end of the approved season. • See Exhibit G for template and due date. m. Submit nomination for Excellence in Youth Sportsmanship Award: Due date: _________ n. Copy of concessions manager certification, if applicable: Due date: _________ o. Emergency Action Plan for each facility used during season: Due date: _______ See Exhibit F for Emergency Action Plan template. 15. The Co-Sponsor Group agrees that it will indemnify and hold harmless the City, its officers and employees from liabilities, demands, damages, losses, and costs to the extent caused by the negligence, reckless, or intentionally wrongful conduct of Co- Sponsor Group, staff, volunteers or agents, or on account of any unsafe condition that may exist as a result of the negligent operation by Co-Sponsor Group, staff, volunteers or agents of the facilities. 5 16. The Co-Sponsor Group further agrees to carry at its own cost and expense, acquire and maintain during the term with the City, sufficient insurance to adequately protect the respective interest of the parities. Specifically, the Co-Sponsor Group must carry the following minimum types and amounts of insurance on an occurrence basis, or in the case of coverage that cannot be obtained on an occurrence basis then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of the Agreement. These insurance requirements shall not limit the liability of the Co-Sponsor Group. The City does not represent that these types or amounts of insurance to be sufficient or adequate to protect the Co-Sponsor Group’s interests or liabilities, but are merely minimums: a. Comprehensive General Liability insurance on an "occurrence" basis in cluding but not limited to bodily injury, personal injury, and property damage with limits not less than $1,000,000 per occurrence, $2,000,000 aggregate. b. Automobile Liability insurance for any motor vehicle owned by, hired by, used by, or used on behalf of the Co-Sponsor Group, providing Bodily Injury Liability and Property Damage Liability covering any injury or damage with limits no less than $1,000,000 per occurrence, $2,000,000 aggregate. If the Co-Sponsor Group does not own any motor vehicles or use City Property as the origin for group travel, this insurance is not required. c. The City recommends but does not require the following coverages to protect the Co-Sponsor Group. The City is not liable and shall be indemnified against any claims arising from any claims made against the recommended coverages provided below. i. Property Insurance ii. Crime and Employee Dishonesty Coverage iii. Sexual Abuse & Molestation Coverage iv. Workers Compensation Coverage v. Employers Liability Insurance ADDITIONAL INSURED: The City is to be specifically included as an additional insured on all liability coverage described above except for the Workers’ Compensation coverage. OTHER INSURANCE PROVISIONS: The General Liability and Automobile Liability policies are to contain, or be endorsed to contain, the following provisions: 1. PRIMARY INSURANCE COVERAGE: For any claims related to this Agreement, the Co-Sponsor Group’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, an d volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Co-Sponsor Group’s insurance and shall not contribute to it. 2. RIGHT OF RECOVERY: Except for Workers’ Compensation, the Co-Sponsor Group waives its right of recovery against the City, to the extent permitted by its insurance policies. 6 CERTIFICATE OF INSURANCE/CERTIFIED COPIES OF POLICIES: The Co-Sponsor Group will provide the City with a Certificate or Certificates of Insurance showing the existence of coverage as required by the Agreement. In addition, the Co-Sponsor Group will provide to the City, if asked in writing, certified copies of all policies of insurance. The Co-Sponsor Group will maintain the required coverage with a current Certificate or Certificates of Insurance throughout the term of the Agreement with the City. New certificates and new certified copies of policies shall be provided to the City whenever any policy is renewed, revised, or obtained from other insurers. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attention: Athletics Office 1160 Seminole Street Clearwater, FL 33755 And City of Clearwater Attention: Risk Manager 100 S. Myrtle Ave. Clearwater, FL 33756 17. The Co-Sponsor Group will maintain a positive relationship with the City and Parks and Recreation Department by: a. Obtaining prior approval for any activities. b. Obtaining prior approval for any field or facility improvements. c. Providing all requested information and paying all fees on time. d. Informing Parks and Recreation staff of field problems or schedule change requests in a timely manner. e. Enforcing and abiding by all applicable laws, rules, policies and procedures. f. The Co-Sponsor Group President will be the liaison with the City unless the President appoints another representative. g. The City and the Co-Sponsor Group will make a good faith effort to reply to all communications (phone, e-mail, etc.) within two (2) business days. 18. The Co-Sponsor Group will act as a good caretaker and custodian of all City of Clearwater property by avoiding any activity that may damage the facilities, by cleaning up trash after each use, by enforcing the “no smoking” policy, by utilizing lights only when needed and turning them off after use. 19. The Co-Sponsor Group will assume all responsibility to monitor storm conditions and evacuate playing fields of participants and spectators when the threat of lightning or dangerous conditions approaches. Co-Sponsor Group will cancel games when field or playing conditions could cause harm or damage to participants or to the facilities i.e. flooded fields. 20. The Co-Sponsor Group will validate the quality of adult leadership by conducting and authorizing annual Level II criminal background checks in accordance with the law, on all persons acting as a coach, and any person acting in an official capacity with any organization directly overseeing the Co-Sponsor Group’s youth activities. 7 These checks shall be conducted and completed prior to the beginning of each playing season or involvement with children and shall remain valid for the duration of this agreement. The Co-Sponsor Group shall employ a reputable company to conduct such checks. A statement confirming the completion of the background checks is due to the Athletics Office prior to the first day of utilization of any City facility hereunder. Co-Sponsor Group is responsible to notify the city of any persons acting in an official capacity with the organization added during the season or after initial form was provided; notarized form must be provided for each individual added. In accordance with the law, the Co-Sponsor Group shall also adopt and publish a criminal background check policy to be used for determining an individual’s eligibility to coach. Should an individual be disqualified as a result of the check, the Co-Sponsor Group will prohibit that individual from serving in any official capacity with the Co- Sponsor Group’s activities, disqualify that individual from providing any services or participating in any activities contemplated under this Agreement, and notify the City of said applicant disqualification. The Co-Sponsor Group shall establish a policy as to how its criminal background checks will be processed and will pay for the cost of each background check. Exhibit “C” – Criminal Background Investigation Policy is shown as a base required for the Co-Sponsor Group. The Co-Sponsor Group shall furnish to the City a listing of the persons that have successfully undergone a Level II criminal background check prior to the beginning of any individual’s involvement with any youth related activities. A Co-Sponsor Group Board member and Notary Public shall sign this listing for final verification of the actions taken by the Co-Sponsor Group. 21. Volunteers under the age of 18 must be approved by the Co-Sponsored Group in advance. A written list of all qualified volunteers under the age of 18 must be submitted to the City prior to use of volunteer. a. Minors may access the facility but only in the presence of an approved coach. b. Minors cannot supervise other minor participants of the program. 22. The Co-Sponsor Group will recognize and support City public/private partnerships. The Co-Sponsor Group will be given ample notice of such partnerships and their responsibility if any. 23. The Co-Sponsor Group must receive prior written approval from Parks and Recreation to make any alterations, changes or additions to the existing facilities. The Co- Sponsor Group is responsible for submitting a facility improvement request form for review/approval. 24. The Co-Sponsor Group is not permitted to operate a concession stand when an outstanding City agreement is in place. The Co-Sponsor Group will not engage in private third-party operations of the concession stand. 8 In the absence of an outstanding City agreement, the Co-Sponsor Group is permitted to operate a concession stand. The Co-Sponsor Group will also be responsible to maintain the concession stands to the standards established by the State of Florida Department of Health and the City of Clearwater as outlined in Exhibit B. Any Co-Sponsor Group that operates a concession stand will be required to have their concession manager become a Certified Professional Food Manager. As regulated by the Florida Department of Health, food service operations must provide annual training for employees. It is the responsibility of the certified manager or person in charge to train or ensure the training of all employees under their supervision and control who engages in the storage, preparation, or serving of food, or cleaning of equipment, utensils, or food contact and non-food contact surfaces, and to do so in accordance with acceptable sanitary practices. The trainings must be annual and provided to employees by March 31 of each year. Employees hired after the annual training has been provided for that calendar year must receive training within 30 days of being hired. The certified manager or person in charge must also maintain a copy of the establishment’s most recent regular food service inspection form provided by the department. Employees shall present this inspection form to guests or patrons for their review upon request. 25. Facilities constructed by the Co-Sponsor Group i.e. press boxes, concession stand, batting tunnels etc., will be maintained by the Co-Sponsor Group. Failure to maintain these facilities in a manner acceptable to the City shall be a material breach of this Agreement and may result in the termination for cause of this Agreement. 26. Schedules submitted by the Co-Sponsor Group must accurately depict field/facility use and any changes must be approved before they are implemented. The City reserves the right to revise or revoke schedules of facilities based on inappropriate use or non-use by the Co-Sponsor Group. The City also has the sole right to assign fields or facilities to others if use by the Co-Sponsor Group is not substantiated. 27. The Co-Sponsored Group will be responsible for all tournament fees for any tournament. Any other events including fundraising events or activities will be charged per the Athletics Office fee schedule. The Co-Sponsored Group will be responsible for all facility fees for any non-sponsored seasons. Th e Co-Sponsored Group will be responsible for all facility fees for any camps/clinics when registration fees are required to participate. The Co-Sponsored Group will be responsible for direct City costs for any camps/clinics open to the public and free to participate. 28. Any revenue collected by the Co-Sponsor Group on City property must be used to promote and support the Co-Sponsor Group’s activities. Use of funds for other purposes could result in termination of this Agreement. 29. The Co-Sponsored Group agrees that all staff, coaches, volunteers and agents of the Co-Sponsored Group shall conduct themselves as good role models exemplifying good sportsmanship, cooperation and appropriate behavior. The City reserves the right to require removal of any person associated with the Co-Sponsored Group if 9 he/she is deemed to be exhibiting behavior detrimental to overall success of the organization or City. 30. The Co-Sponsor Group and all its invitees will abide by all applicable laws and all City policies when using City facilities, including those policies which state that the consumption of tobacco products or alcoholic beverages on City or School property is prohibited. 31. The Co-Sponsor Group further agrees to make no unlawful, improper, or offensive use of the facilities. 32. If either party terminates the Agreement, any improvements made to the property by the Co-Sponsor Group will remain the property of the City. 33. The Co-Sponsor Group may not assign this Agreement or any of its rights hereunder, nor permit others to use the facilities or any part thereof without the written consent of the City. The Co-Sponsor Group shall not permit any third-party usage. This Agreement is a privilege for the benefit of the Co-Sponsor Group only and may not be assigned in whole or in part by the Co-Sponsor Group to any other person or entity. Any attempt to assign the rights or obligations of this Agreement shall render this Agreement null and void in total. The Co-Sponsor Group understands that the Co- Sponsor Group’s use of the facilities is nonexclusive. 34. Use of facilities by the Co-Sponsor Group is intended solely for the purpose of training and competition for the Co-Sponsor Group’s rostered participants. Any personal use by volunteers is prohibited. 35. Any vendor sales (merchandise or concessions) must be approved in writing by the City of Clearwater Athletics Office prior to the event. 36. Co-Sponsor Groups are responsible for informing their members of current guidelines and rules as outlined in this Agreement. Organizations are expected to take reasonable measures to ensure compliance during their events. Violations may result in the suspension or cancellation of this Agreement. 37. Any questions arising out of the use of the facilities or otherwise arising under this Agreement must be submitted in writing. 38. Special conditions or other issues (i.e. maintenance issues, payment of fees, special needs) will be covered in Exhibit(s) and attached hereto and made a part hereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written. Witnesses: CITY OF CLEARWATER, FLORIDA 10 By: As to City Manager or Designee City Manager or Designee By: As to Co-Sponsor Group President Co-Sponsor Group President or Designee/City Liaison Designee 11 EXHIBIT A City of Clearwater Co-Sponsor Group Primary Season Use Request DUE DATE: ___________ Co-Sponsor Group: Specific Range of Dates for Primary Season: Requested Facility/Field Primary Season: Requested Special Event Dates (Tournaments, Clinics, Camps, Etc.). Charges will be determined per agreement. E-mail: Phone #: Submitted By: Date: 12 Exhibit B City of Clearwater Concession Stand & Office Building Policies & Procedures City of Clearwater Parks and Recreation Department permits various organizations, groups, and agencies to use the concession/storage/office building on property owned by the City of Clearwater. Permission to use City of Clearwater property and/or facilities shall be based on the following conditions: A. The use of the property and/or facilities shall be on a seasonal basis rather than a permanent one. For example, a baseball organization may be permitted to use the facilities and/or property during the baseball/softball season and a soccer organization may be permitted to use the facilities during the soccer season. B. All groups who use the concession will be responsible to maintain the concession stands to the standards established by the State of Florida Department of Health. Any Co-Sponsored Group that operates a concession stand will be required to have their concession manager become a Certified Professional Food Manager. Concession cooking and sales are only permitted with a valid license from the Department of Health. With prior written approval from the Athletics Office, concession stands without a valid license from the Department of Health can only sell prepackaged foods that do not require preparation (chips, pretzels, etc.). Bringing foods to sell from home or grilling on site is not permitted. C. The City will retain the rights to program any facility and associated amenities (concession, press box, conference rooms, storage rooms, etc.) it deems appropriate at any time during the year. All due diligence will be taken to minimize the impact on a Co- Sponsor Group during their season. The City of Clearwater reserves the right to open and staff the concession stand for any City sponsored event, regardless of the time of year of the event. The City will make every effort to work with the organization if the event is held during the organization’s “traditional” season. D. The City of Clearwater shall have the right to enter and remain upon its property for the purpose of examining and inspecting the space and determining whether the Co- Sponsor Group is in compliance with Department policies with respect to care and maintenance. Access to the concession stand and/or office building (pin numbers and/or keys) will be issued on an as needed basis through the City of Clearwater Parks & Recreation Department. The Co-Sponsor Group is prohibited from making copies of said issued keys. The organization may not change out any locks on any of the buildings. Any request for a changing of the locks must be submitted to the Athletics Office in writing. Additionally, no improvements (painting, signs, etc.) can be made at any building without prior written approval by the Parks and Recreation Athletics Office. Any unauthorized hanging of signs will result in their removal and the organization will be billed for the labor and any resulting damage. The Co-Sponsor Group shall provide keys/access to any shed or equipment stored at or on city property. E. The Co-Sponsor Group may be required by the City of Clearwater Parks & Recreation Department to remove all stored materials following the completion of the season so 13 another user group may use the area. The user is responsible for keeping the storage area in good condition and must meet all OSHA or applicable regulations for storing materials. Violations of these rules may result in the user losing the use of the storage area. F. The Co-Sponsor Group is required to maintain the cleanliness of the office and common conference room area and any storage room assigned to the organization. All records relating to the organization (registration forms, medical releases, etc.) shall be kept in a secure office or secure cabinet, not the general conference room. The common room must be cleared of all organizational paperwork, equipment, etc. at the end of the season. Rooms designated to Co-Sponsor Group during approved season: Room/Space Duration of use The undersigned acknowledges receipt of this document. Contact/Representative: Date: 14 EXHIBIT C.1 Criminal Background Investigation Policy For Adult Volunteer Coaches in Youth Sports The City of Clearwater, Florida has a desire to protect the safety and welfare of its youth during their participation in all sports or athletic activities that are Co-Sponsored by the City. Recognizing the nation -wide incidence of crimes against children requires pro- active steps to provide protection to children participating in organizations involving sports and athletic competition. The City requires that all coaches (must be at least 18 years or older) that utilize the City athletic facilities, or the facilities secured by the City, as a part of any City sponsored youth sports or athletic activities shall be required to submit themselves to undergo a Level II criminal background investigation prior to their participation. After initial compliance and every twelve (12) months thereafter, all volunteer coaches as stated above must undergo a criminal background investigation. Criminal background investigations must be performed prior to the volunteer being assigned any duties or responsibilities at any City sports or athletic facilities. The City may determine the time of year the investigations are to be conducted depending on the beginning of their practice season(s) or events. An individual convicted of any of the following criminal offenses shall be disqualified from participation as a volunteer in any City sponsored sports or athletic activities utilizing City sports or athletic facilities. Aggravated kidnapping Indecent exposure Injury to elderly or Aggravated robbery disabled. Aggravated sexual assault Intoxication offenses* Arson Kidnapping Assault* Marijuana possession* Any violation of the law intended to control Murder the possession or distribution of any Obscenity Prohibited sexual conduct controlled substance or Illegal drug Prostitution (including promotion of, Crimes against children aggravated promotion of, solicitation) Criminally negligent homicide Rape Deadly conduct Sexual abuse Delivery of marijuana Theft* DUI* Voluntary Manslaughter *NOTE: Assault / DUI / Intoxication offenses / Marijuana possession / Theft – Eligibility depends on the severity and length of time passed since the offense occurred. In misdemeanor convictions for these offenses, the disqualification will occur with a second misdemeanor conviction. Depending on the time frame of the DUI, driving while representing the organization is not recommended. 15 This list of offenses is not intended to be all-inclusive and in no way sets limits on the offenses that are deemed grounds for disqualifying an individual from affiliation with the Co-Sponsor Group. Decisions on all other crimes or offenses not otherwise described above will be made at the sole discretion of the Co-Sponsor Group or City, in accordance with the law. If a volunteer or other agent of the Co-Sponsor Group is determined eligible for affiliation and is later arrested or convicted of any of the above crimes, he/she is required to notify the Co-Sponsor Group immediately. He/she will be removed immediately from his/her volunteer position until the case has been finally adjudicated. Failure to notify the Co- Sponsor Group of any arrests or convictions from the list above will result in the volunteer being immediately removed from all Co-Sponsor Group volunteer duties for a minimum of twelve (12) months beginning on the date the failure to notify was discovered, or for such other time as required by law. In the event the Co-Sponsor Group is notified that a volunteer has been determined ineligible to volunteer for the organization, it is the responsibility of the organization to supply the Athletics Office with a revised volunteer list. INDEPENDENT SANCTIONING AUTHORITY COACHES, ASSISTANT COACHES, AND REFEREE BACKGROUND SCREENING Florida Statute 943.0438 requires that an “independent sanctioning authority”, defined therein as, “a private, non-governmental entity that organizes, operates, or coordinates a youth athletic team in this state if the team includes one or more minors and is not affiliated with a private school as defined in s. 1002.01” (Florida Statutes), conduct Level II (2) background screening pursuant to s. 435.04, F.S. of each current and prospective athletic coach. Athletic Coach is defined for these purposes as 1) “a coach, assistant coach, or referee working for 20 or more hours within a calendar year, whether for compensation or as a volunteer, for a youth athletic team based in Florida; and 2) has direct contact with one or more minors on the youth athletic team.” This responsibility may not be delegated to an individual team. The independent sanctioning authority may not authorize any person to act as an athletic coach unless a Level II (2) screening is conducted which does not result in disqualification as provided for in s. 435, F.S. Level II (2) background screenings must be conducted annually for each coach. The background screening shall include a search of the athletic coach’s name, or other identifying information against state and federal registries of sexual predators and sexual offenders, which are available to the public on Internet sites provided by the Florida Department of Law Enforcement under s. 943.043, F.S. and the Attorney General of the United States under 42 U.S.C. s. 16020. An independent sanctioning authority shall disqualify any person from acting as an athletic coach as provided for in s. 435.04 or if he or she is identified on a registry as described above, must notify a disqualified person within seven (7) days of the background screening, advising of the results; and maintain for at least five (5) years, a copy of the results and written notice. 16 Exhibit C.2 AFFIDAVIT OF CRIMINAL BACKGROUND SCREENING INDEPENDENT SANCTIONING AUTHORITY (“I.S.A.”) NAME: DATE: By signing this form, I am swearing or affirming that all individuals employed by, or volunteering as a Coach, Assistant Coach, or Referee within my organization ______________________________________ (“I.S.A.”) providing services to City under this Agreement, or conducting activities on City property, have completed the background screening requirements set forth above and as required by law, and been deemed eligible by I.S.A. to provide services as a Coach, Assistant Coach or Referee under this Agreement. The information contained in this Affidavit is up to date as of the date this Affidavit is dated and furnished to the City of Clearwater Parks and Recreation Department per the requirements of Sections 14(f), 20, and 30 of this Agreement. All individuals providing services under this Agreement are listed below. Each individual shall be identified by name, birth date and date deemed eligible. This affidavit must be provided to the City on the annual anniversary of the date above, for as long as this Agreement is effective. [Please attach additional sheet(s) if needed]. (List of Individuals) Name Birth Date Date Deemed Eligible 17 _______________________________ Signature of Affiant Sworn to and subscribed before me this ____ day of _________________, 20____. _____________________________ Notary Public My Commission Expires: My signature, as Notary Public, verifies the Affiant's identification has been validated by Personally known OR Produced Identification Type of Identification Produced 18 Exhibit C.3 ATTESTATION OF COACHES CERTIFICATIONS By my signature, I attest that the coaches listed below have completed the following certifications/classes and are eligible to coach with the __________________________ Organization. Name Certification Contact/Representative: Date: 19 Exhibit D Parking Restrictions During the Co-Sponsor Groups season, the Co-Sponsor Group is responsible for assigning members of their organization to manage and control parking, and to keep fire lanes and access for emergency vehicles clear. The Co-Sponsor Groups will ensure that all vehicles only park in designated legal parking lots or stalls. Parking or driving on fields, medians, sidewalks, bike lanes, paths, or other unauthorized areas inside the park are strictly prohibited. The City ultimately retains the right to prohibit parking at any location. The Co-Sponsor Groups will control the parking at the facilities they occupy to conduct their programs. For example: a. Countryside Sports Complex: Parking is not permitted along the right-of-way on McMullen Booth Road. Additionally, vehicles may not park in the swale between the sidewalk and the right-of-way. Co-Sponsor Groups using this venue will help promote good neighbor cooperation with Chi Chi’s Golf Course by ensuring that Chi Chi’s parking is not encroached upon. b. David Martin Fields at Glen Oaks Park: Parking is not permitted along South Hillcrest Ave., South Turner St., or South Evergreen Ave. c. ECM 8 and 9 Fields: Parking is not permitted in the Eisenhower School parking lot during school hours. d. Frank Tack Fields: Parking is not permitted in the grass along Montclair Rd. e. Joe DiMaggio Baseball Fields: The Co-Sponsor Group will ensure that vehicle traffic associated with their activities will not drive on the maintenance/emergency access road between the turf multi-purpose fields. Additionally, no vehicles are permitted to park next to the baseball fields. f. Sid Lickton Park: Parking is not permitted along the roadside of Saturn Ave. g. Vehicles/trailers are not permitted inside any of the facilities nor on any turf surface without prior written approval from the Athletics Office. h. Long Center: No field parking unless approved and responsible to reserve spaces for Long Center patrons as directed by staff. Failure of the Co-Sponsor Group to control the parking at any of these facilities during their activities will result in the Athletics Office reassigning the number of games, game start times, and/or the number of fields that can be in use at each facility to ensure compliance with the parking restrictions at each site. In addition, the City reserves the right to schedule staff at the Co-Sponsor Group’s expense to assist with mitigating any parking concerns. Non-compliance with the assigned game schedule will result in the loss of privileges at that facility. Contact/Representative: Date: 20 Exhibit E Co-Sponsor Group’s Responsibilities The Co-Sponsor Group agrees that during the term of this Agreement, the Co-Sponsor Group will at no cost or expense to the City, provide the following maintenance and/or repair: a. Stripe each turf field as needed. b. Pick up all paper, cigarette remnants and debris and place in trash receptacles, including the breakdown of all boxes. c. The Co-Sponsor Group will enforce the City’s No Smoking Ordinance, No Pet’s Ordinance, and all other posted rules. d. The Co-Sponsor Group, any league, team, group, or person, using a City park under this section and failing to leave it clean of litter to the satisfaction of the City, will reimburse the City for city worker time used to clean the facility. e. Provide for any special needs or services such as security or traffic control devices or officers needed as a result of Co-Sponsor Group’s use of the Facility. f. Light cleaning of the restroom facilities on a daily basis when in use. g. The Co-Sponsor Group shall not store any items outside the storage room nor dispense of any trash outside the facility area other than in containers provided by the City. h. The Co-Sponsor Group will issue to the City three keys to any Co-Sponsor Group initiated lock used at any City facility as well as anytime the locks are changed. i. As noted earlier, while the Co-Sponsor Group’s use of the facility is nonexclusive, subleasing of the facility or assigning use of the facility by the Co-Sponsor Group is not permitted. Such activity by the Co-Sponsor Group could result in termination of this agreement. j. The press box, multi-purpose areas, office space, concession areas and storage rooms must be cleaned and organized on a nightly basis. The Co-Sponsor Group shall receive an invoice from the City, as applicable, if the Co- Sponsor Group does not follow through with these responsibilities. Failure to make such a payment will be grounds to bar the Co-Sponsor Group from use of the facility until the fee is paid or acceptable remedial action is taken. Contact/Representative: Date: 21 EXHIBIT F Emergency Action Plan EMERGENCY ACTION PLAN for Facility Name: Facility Address: Facility Phone Number: Date Prepared: / / EMERGENCY PERSONNEL NAMES AND PHONE NUMBERS Designated Emergency Contact Name: Phone: Back-up Emergency Contact: Name: Phone: EVACUATION ROUTES Site personnel should know at least two evacuation routes. Evacuation route plan. The following information is to be marked clearly on an evacuation plan that is readily accessible to the Emergency Contacts on-site. • Emergency exits • Primary and secondary evacuation routes • Locations of fire extinguishers • Fire alarm pull stations’ location • Assembly points EMERGENCY PHONE NUMBERS: 9-1-1 UTILITY COMPANY EMERGENCY PHONE NUMBERS Electric Company: Water Company: Gas Company: EMERGENCY REPORTING AND EVACUATION PROCEDURES Types of emergencies to be reported to site personnel are: • Medical, Severe Weather, Fire • Other: Terrorist attack, bomb threat, hostage, etc. 22 MEDICAL EMERGENCY Call medical emergency phone number: 9-1-1 Provide the following information: • Nature of medical emergency, • Location of the emergency (address, building, room number), and • Your name and phone number from which you are calling. Do not move victim unless absolutely necessary. The following personnel are trained in CPR and First Aid to provide the required assistance prior to the arrival of the professional medical help: 1. 2. 3. Attempt first aid ONLY if trained and qualified. FIRE EMERGENCY When fire is discovered: • Activate the nearest fire alarm (if installed) • Notify the local Fire Department by dialing 9-1-1 • If a fire alarm is not available, dial 9-1-1 and notify everyone at the facility to evacuate to their closest exit. Fight the fire ONLY if: • The Fire Department has been notified. • The fire is small and is not spreading to other areas. • Escaping the area is possible by backing up to the nearest exit. • The fire extinguisher is in working condition and personnel are trained to use it. Upon being notified about the fire emergency, occupants must: • Leave the building using the designated escape routes. • Assemble in the designated area (specify location): ________________________________________________________________. • Remain outside until the competent authority (Designated Official or designee) announces that it is safe to reenter. Designated Emergency Contact should: • Coordinate an orderly evacuation of personnel. • Perform an accurate head count of personnel reported to the designated area. • Determine method to locate missing personnel. • Provide the Fire Department personnel with the necessary information about the incident. 23 CHEMICAL SPILL: • Do not attempt to clean the spill unless trained to do so. • Call 9-1-1 and attend to any injured persons. • Evacuate building as necessary. The following are the locations of: Spill Containment and Security Equipment: Personal Protective Equipment (PPE): MSDS: When Chemical Spill has occurred: • Secure the area and alert other site personnel. • Call the Fire Department if site personnel are unavailable. SEVERE WEATHER AND NATURAL DISASTERS Hurricane: • If Pinellas County is under a Hurricane Watch or Warning, all activities will be cancelled, and no one will be allowed to enter our facilities. Please instruct all parents, coaches, athletes to stay home and seek shelter. Lightning/Thunder Storm (www.lightningsafety.noaa.gov) • No place OUTSIDE is safe during a thunderstorm! A house, or other fully enclosed building with wiring and plumbing offers your best protection against lightning. A car with a metal roof and sides is your second best protection against lightning. • The “30-30 Rule” offers easy to follow lightning safety guidance. When you see lightning, count the time until you hear thunder. If that time is 30 seconds or less, the thunderstorm is close enough to be dangerous. Seek shelter. If you can’t see the lightning, just hearing the thunder is a good back-up rule. • Wait at least 30 minutes after the lightning flash before leaving shelter. Tornado: • When a warning is issued by sirens or other means, seek inside shelter. • Consider the following: - Small interior rooms on the lowest floor and without windows, - Hallways on the lowest floor away from doors and windows, and - Rooms constructed with reinforced concrete, brick, or block with no windows. • Stay away from outside walls and windows. • Use arms to protect head and neck. • Remain sheltered until the tornado threat is announced to be over. 24 EXHIBIT G Co-Sponsor Organization Annual Report This documentation provides a breakdown of the organization. The document is an overview of the (year, season) City of Clearwater Co-Sponsorship Agreement. This report is due ____________. Organization Description: (Brief description of organization’s mission, history, and programs offered) Participation Numbers: (Number of participants per season and/or program; include participants info for each division/age bracket) Volunteer Numbers: (Number of volunteers and hours volunteered) Accomplishments/Highlights: (Awards, clinics, camps, championships) Requested Facility Improvements: (Add-ons or renovations which may benefit organization/other facility users) Contact/Representative: Date: 25 EXHIBIT H Certificate of Insurance Sample and Insurance Exemption Form 26 EXHIBIT I Annual Financial Statement Amount Item Amount Item Registration Marketing CFY Grants Uniforms Clinics Awards Tournaments Dues Sponsorships Opening Day Concessions Concessions Fundraisers Benefits Donations Salaries Miscellaneous Miscellaneous $0.00 Total Revenue $0.00 Total Expenses $0.00 Total Expenses $0.00 Total Revenue $0.00 Profit/Loss ANNUAL FINANCIAL STATEMENT FISCAL YEAR ENDING NAME OF OGANIZATION REVENUE EXPENSES Contact/Representative: Date: 27 EXHIBIT J – “Organization Name” Special Conditions • The organization’s president or authorized representative must attend the co-sponsor president’s meetings conducted by the Athletics Section. • Rosters o (Season): ▪ Roster due: • Roster Payments o (Season): ▪ (type of activity) roster payment due: • An accurate facility and/or field schedule, depicting actual use i.e. games, practices, meets, tournaments, and events. Blanket schedules will not be accepted as firm schedules. The following dates apply: o (Season) schedule due: • A list of all coaches and their certifications and proof of required Level II Background checks: o (Season) coaches Level II due: o (Season) coaches certifications due: • Co-Sponsored Usage Dates: _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ • Additional Considerations: _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ Contact/Representative: Date: 28 EXHIBIT K Participant Card Application 29 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6652 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 9.10 SUBJECT/RECOMMENDATION: Award Request for Proposals 30-19, Event Rental Equipment and Services, to Elite Event and Rentals of Tampa, FL in the annual not-to-exceed amount of $75,000 with the option of three one-year renewals at the City’s discretion and authorize the appropriate officials to execute same. SUMMARY: Request for Proposals (RFP) #30-19 was issued on May 7, 2019 for event rental equipment and services, and the City received four responses. Elite was selected by the evaluation committee as the most responsive and competitive proposal and is in the best interest of the City. Elite will provide rental equipment, including set-up and breakdown services, and the personnel required to complete the services for a variety of city events and city-partnered events. The equipment supplied will include, but is not limited to: tents, tables, chairs, linens, dance floors, non-stage lighting, and decorative fencing. The events utilizing Elite will include a variety of sizes and scopes, both indoor and outdoor, ranging from large music festivals to small community events and ceremonies. The term for (RFP) #30-19 is September 2019 through August 2020, with the option of three one-year renewals at the City’s discretion. Elite has previously provided these services for the City and has an exceptional record of performance and responsiveness to the needs of the City. Elite is familiar with all rules, regulations, and standards required by the City of Clearwater. APPROPRIATION CODE AND AMOUNT: Budgeted funds are available from Special Event Code 0181-99865 and Special Events Code 010-01804, and occasionally come from various department cost centers. USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 Purchasing Office 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 11.2018 REQUEST FOR PROPOSALS #30-19 Event Rental Equipment and Services May 7, 2019 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, June 6, 2019 to provide Event Rental Equipment and Services. Brief Description: The City of Clearwater is seeking a vendor(s) to establish an open-end contract to provide rental equipment, complete set-up and breakdown services, and the personnel required to complete the services for a wide variety of both indoor and outdoor events for the City of Clearwater or for selected City-partnered events. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by Purchasing until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/bid Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Sr. Procurement Analyst: Lori Vogel, CPPB Sr. Procurement Analyst lori.vogel@myclearwater.com This Request for Proposals is issued by: Alyce Benge, CPPO, C.P.M. Purchasing Manager Alyce.Benge@myclearwater.com INSTRUCTIONS Event Rental Equipment and Services 2 RFP #30-19 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the Purchasing Manager listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than seven (7) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website and mailed to those who register on the City website when downloading solicitations no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: June 6, 2019 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted, and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting Purchasing. i.5 PROPOSAL FIRM TIME: 90 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and INSTRUCTIONS Event Rental Equipment and Services 3 RFP #30-19 conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 SUBMIT PROPOSALS TO: Use label at the end of this solicitation package City of Clearwater Attn: Purchasing 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Proposals will be received at this address. Proposers may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City Purchasing Office as the official time. i.9 LOBBYING. The integrity of the procurement process is critical. Communication regarding this solicitation for purpose of influencing the process or the award, between any person or affiliates seeking an award from this solicitation and the City, including but not limited to the City Council, employees, and consultants hired to assist in the solicitation, is strongly discouraged. This does not prohibit public comment at any City Council meeting, study session or Council committee meeting. This shall not apply to vendor-initiated communication with the contact(s) identified in the solicitation or City-initiated communications for the purposes of conducting the procurement including but not limited to pre-bid conferences, clarification of responses, presentations if provided in the solicitation, requests for Best and Final Proposals, contract negotiations, protest/appeal resolution, or surveying non-responsive vendors. i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the proposal is not properly signed or if any changes are not initialed, it INSTRUCTIONS Event Rental Equipment and Services 4 RFP #30-19 may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. INSTRUCTIONS Event Rental Equipment and Services 5 RFP #30-19 i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policy and Procedures Section 18 (“Purchasing Policy”). If there exists any discrepancy in this Section i.21 and the Purchasing Policy, the language of the Purchasing Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the bid opening must be filed with the Purchasing Manager no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within the earlier of ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting Purchasing. ADDRESS PROTESTS TO: Alyce Benge, CPPO, C.P.M. Purchasing Manager 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Event Rental Equipment and Services 6 RFP #30-19 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria Points Demonstrated Experience (Tab 2a) 30 References (Tab 2b) 20 Approach to Providing Services (Tab 3) 20 Equipment Inventory and Rental Pricing (Tab 4) 30 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. i.25 PRESENTATIONS/INTERVIEWS. Presentations and/or interviews may be requested at the City’s discretion. The proposer must provide a formal presentation/interview on-site at a City location upon request. i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not INSTRUCTIONS – EVALUATION Event Rental Equipment and Services 7 RFP #30-19 expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/bid to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: May 7, 2019 Advertise Tampa Bay Times: May 8, 2019 Responses due: June 6, 2019 Review proposals: June 7-21, 2019 Award recommendation: June 26, 2019 Council authorization: August 1, 2019 Contract begins: August 2019 TERMS AND CONDITIONS Event Rental Equipment and Services 8 RFP #30-19 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city, Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified TERMS AND CONDITIONS Event Rental Equipment and Services 9 RFP #30-19 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel, and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. b. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. TERMS AND CONDITIONS Event Rental Equipment and Services 10 RFP #30-19 S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this RFP are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recoding of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 112 S. Osceola Ave., Clearwater, FL 33756. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. TERMS AND CONDITIONS Event Rental Equipment and Services 11 RFP #30-19 d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s TERMS AND CONDITIONS Event Rental Equipment and Services 12 RFP #30-19 current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) Is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) Conducts business in an unethical manner or in an illegal manner; or (iv) Fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. TERMS AND CONDITIONS Event Rental Equipment and Services 13 RFP #30-19 c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this TERMS AND CONDITIONS Event Rental Equipment and Services 14 RFP #30-19 warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final TERMS AND CONDITIONS Event Rental Equipment and Services 15 RFP #30-19 judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Purchasing Department and/or an authorized representative from the using department. All questions regarding the contract will be referred to the Purchasing Department for resolution. Supplements may be written to the contract for the addition or deletion of services. S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Purchasing Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. TERMS AND CONDITIONS Event Rental Equipment and Services 16 RFP #30-19 S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Event Rental Equipment and Services 17 RFP #30-19 1. INTRODUCTION. The City of Clearwater (City) is located on the West Coast of Florida in the Tampa Bay region. It is the third largest city in the region with an estimated population of 110,000 residents. The City of Clearwater is also a major tourist destination – Clearwater Beach has been rated #1 U.S. Beach by TripAdvisor, “Florida’s Best Beach Town 2013” by USA Today, and was on the “Top Ten List of Best Beaches from Maine to Hawaii”. The City of Clearwater is home to the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball, as well as hosting several sports tournaments through the year that attract visitors from across the country. Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both filmed here in Clearwater. 2. PROJECT GOAL. The objective of this Request for Proposals (RFP) is to establish a term contract to provide rental equipment, including set-up and breakdown services, and the personnel required to complete the services for a wide variety of both indoor and outdoor events for the City of Clearwater or for selected City-partnered events. Events can range from large music festivals to small community events and ceremonies. The equipment to be rented may include, but is not limited to: tents, tables, chairs, non-stage lighting, linens, dance floors, and decorative fencing. The selected vendor(s) must be able to meet deadlines, maintain adequate and qualified staff available to complete delivery/installation and removal of rental equipment, and have an inventory that includes a wide variety of rental equipment. 3. BACKGROUND. The City of Clearwater produces three (3) signature events each year: the Clearwater Sea-Blues Festival (February), Clearwater Celebrates America (July 4th), and the Hispanic Heritage Concert (October). The City of Clearwater is also involved with several partnered events of different sizes and scopes for which the City plans and organizes the event’s equipment rentals. Most events are held at Coachman Park, while miscellaneous events may be staged at other City venues. Equipment rentals in past years include, but are not limited to: Tents: 10’x10’ and 15’x15’ white high peak tents; 10’x20’, 10’x40’, 20’x20’, 20’x30’, 30’x60’, 40’x70’, and 100’x200’ framed tents; 30’ white side walls (10 feet in length) Chairs and Tables: metal festival chairs; 30”x72”, 30”x96” folding tables; 60” round tables; white-padded folding chairs Miscellaneous Equipment: Self-contained oscillating misting fans, red carpet (3’ x 25’), podium with audio, large potable water drinking dispenser, decorative lighting for tents, decorative furniture, portable beverage bars 4. SCOPE OF SERVICES. The selected vendor(s) shall provide special event equipment on an as- needed basis for the City. Vendor shall be responsible for supplying, delivering, unloading, setting-up equipment, tearing down equipment, and removing it at the place and time specified. a. Vendor shall maintain a sufficient inventory to supply the City’s needs and be available to provide services in a timely manner. b. The rental equipment services may be required to be completed on any day of the week, at various times of day or evening, under both indoor and outdoor conditions. c. Vendor shall follow special event maps/diagrams designed by the City in order to properly place the equipment. d. All equipment provided shall be clean and in like-new working condition. e. The City reserves the right to determine the suitability of any rental equipment and reject the use of any equipment without cost to the City. DETAILED SPECIFICATIONS Event Rental Equipment and Services 18 RFP #30-19 f. Last minute order changes may occur and shall be accommodated whenever feasible. The proposal response shall address how the vendor will handle changes made as late as the day of the event. g. The City and Vendor(s) will jointly develop performance measures to ensure the rental equipment and service meets both entities’ level of expectations and deliverables. If the resulting service does not meet defined objectives, both parties will propose and determine additional strategies to ensure success. h. Vendor(s) shall provide samples of any items/equipment intended for City use to the City designee to review, as required. i. Prices shall be inclusive of all labor, equipment, material, overhead, incidentals, and any other service or charges necessary to complete the services. There shall be no reimbursement for additional charges such as administrative fees, transportation, travel time, wait time, labor or insurance charges/increases, or any other expense. j. Vendor(s) shall comply with all City, State and Federal guidelines for any equipment provided in the performance of the resulting contract. 5. DELIVERY AND INVOICING. a. All delivery-related costs shall be included in the rental rate (delivery, set-up, removal, etc.). b. Delivery shall be made to the location(s) as determined by the event schedule, set-up requirements, equipment requested, etc., as established for each event. The Vendor(s) shall coordinate with departmental representative(s) for delivery times and staging sites at event location. c. Delivery of equipment must be made no later than forty-eight (48) hours prior to event and picked up within twenty-four (24) hours of event completion. d. Flexibility in coordinating delivery and set-up is necessary. e. In the event that ordered items are not delivered (i.e. missing) by the start time of an event, an amount equal to twice the quoted rental fee will be deducted from the vendor’s invoice. f. In the event of inclement weather, the City may cancel the vendor’s services up to six (6) hours prior to the time the City requires the services at no additional cost to the City. The City may reschedule events at its discretion. g. Within ten (10) days of event completion, Vendor shall submit one (1) invoice per event for all item(s) rented, itemized by quantity, description, rental duration, and cost. A monthly statement of outstanding invoice(s) shall be provided to the City designee. The City’s standard payment terms are Net 30. 6. INSURANCE REQUIREMENTS. The Contractor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, DETAILED SPECIFICATIONS Event Rental Equipment and Services 19 RFP #30-19 then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement/Contract, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement/Contract remains in effect, the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial Liability Insurance policies stated above. In addition when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Purchasing Department, RFP #30-19 P.O. Box 4748 Clearwater, FL 33758-4748 b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for Contractor’s negligence. d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Contractor’s obligation to provide the insurance coverage specified. MILESTONES Event Rental Equipment and Services 20 RFP #30-19 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. August 2019 through July 2020. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Three (3), one (1) year renewals are possible at the City’s option. 4. PRICES. All pricing shall be firm for term of this agreement except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. c. No fuel surcharges will be accepted. RESPONSE ELEMENTS 1. PROPOSAL SUBMISSION - Submit one (1) signed original proposal, four (4) copies of the proposal, and one (1) electronic format copy on a disc or thumb drive, in a sealed container. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) Table of Contents: Identify contents by tab and page number TAB 1 – Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: a. The proposer’s understanding of the work to be performed. b. A positive commitment to perform the service within the time period specified. c. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project. TAB 2 – Demonstrated Experience. Provide the following information regarding experience: a. Explain the company’s qualifications, abilities, experience and expertise in providing the requested services, appropriate staffing, and necessary resources. b. References – A minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. TAB 3 – Approach to Providing Services. Clearly define the services offered and your method of approach to include, but not limited to, the following elements: a. Scheduling, delivery, set-up and takedown procedures. b. Advance notice reservation requirements. Specify the number of hours, days, etc. that must be given and your guarantee that reserved equipment will be available. c. Normal business hours and rental facility locations, including weekends. d. Ability to complete work after regular business hours (evenings/weekends/holiday). e. Explain your responsiveness to meet the City’s needs; guaranteed response time, emergency response coverage (i.e. cancellation due to inclement weather, need to change item the day of an event, need to provide items for an event with short notice.). f. Explain your customer service and complaint resolution process including the procedure when there is breakage or loss of item or equipment. g. Explain willingness to offer these contract services and prices to other entities for events that are co-sponsored or partnered with the City of Clearwater. h. Other Services: Describe any related additional services or products offered and additional charges associated with such services. TAB 4 – Equipment Inventory and Pricing. Provide the following information regarding equipment and pricing: a. Provide an Equipment Inventory list - description and quantity of the types of special event items and equipment that would be available to the City, including 3rd party sourced equipment. Extensive equipment inventories may be submitted as an electronic file on the disc or thumb drive; websites or hyperlinks to online listings will not be considered responsive to the RFP. b. Explain the quality of the special event items and equipment and plan to ensure best quality throughout the contract term. c. Include photos of items/equipment. Photos of completed event set-up with vendor’s special event items and equipment may be included for explanation. d. Provide information on your approach to acquiring 3rd party sourced equipment. e. A Master Price List identifying all items offered with your proposal; provide unit price and discount percent (%) to list the discounted unit price for all items. Master Price List shall provide a complete schedule of fees for special event items and equipment available for RESPONSE ELEMENTS Event Rental Equipment and Services 22 RFP #30-19 rent and a complete breakdown of all discounts associated with providing rental items. Include hourly, daily, weekly and monthly rates where applicable. Include holiday and weekend fees. Pricing may be incorporated into the electronic Equipment Inventory list (see Tab 4a above). TAB 5 - Other Forms. The following forms should be completed and signed: a. Exceptions/Additional Materials/Addenda form b. Vendor Information form c. Vendor Certification of Proposal form d. Scrutinized Companies form e. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Event Rental Equipment and Services 23 RFP #30-19 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Event Rental Equipment and Services 24 RFP #30-19 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: VENDOR CERTIFICATION OF PROPOSAL Event Rental Equipment and Services 25 RFP #30-19 By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Event Rental Equipment and Services 26 RFP #30-19 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me on this ______ day of _____________________, 20____, by _________________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ________________________________________ (name of corporation/entity), personally known to me as described herein _____________________, or produced a _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Event Rental Equipment and Services 27 RFP #30-19 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #30-19, Event Rental Equipment and Services Due Date: June 6, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #30-19, Event Rental Equipment and Services Due Date: June 6, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ Price List - Standard May 2019 - Prices subject to change without notice. Page 1 of 12 Elite Events & Rentals, LLC Tampa, FL 33626 727-791-7082 13818 Wright Circle www1.EliteEventsandRentals.com AUDIO VISUAL Sell 72 Hour WeeklyRental Fender 300 Watt Sound System 800.00 125.00 250.00 Microphone stand 10.00 PA Single Speaker system 45.00 PA Speaker Set 85.00 Projector Screen 45.00 Projector 45.00 Speaker stand TV Stand W/Floor Base 32"-60" TV 95.00 Wireless Microphone 15.00 CATERING EQUIPMENT Sell 72 Hour WeeklyRental 100 qt Pot with Burner 35.00 12" Serving Tray 3.00 6' Skirted Bar 45.00 90.00 8qt Food Pan 3.00 Banana Leaf 3PC Platter Set w/Stand 35.00 Bar portable 4' Black Foldable 35.00 Bar Portable 6' Black Foldable 45.00 Beverage Tub Square Stainless 20.00 Boat Serving Tray 3 Compartment 19.95 Bread Basket Stainless Steel 2.00 Buddeez 2.25gal W/Wire Base Beverage Dis 12.00 Cake Server 2.00 Cambro Drink Dispenser 3 gal 10.00 Cambro Drink Dispenser 5 gal 15.00 Cambro Electric Stainless 6FT 95.00 Cambro Hot Box 6FT Stainless 60.00 Cambro Thermal Food Box 30.00 Cardboard Trash Can 7.00 12.00 Carving Station with Heat Lamp 425.00 25.00 Carving Station 18.00 Chafing Dish 6qt Oval 15.00 Chafing Dish 6qt Round Roll Top 26.00 Chafing Dish 8qt Rectangular 17.50 Chafing Dish 8qt Roll Top 30.00 Chafing Dish Half Pan 3.00 Champagne Bucket Stainless 20.00 Champagne/Beverage Fountain, 5-Gal 40.00 Chocolate Fountain 4lb 25.00 Clam Shell 7/PC Bowl Set 352.00 65.00 Coffee Maker 60 Cups, Stainless 75.00 18.00 Convection Oven 2920.00 500.00 Deep Fryer 40LB 2 Baskets 630.00 129.00 Drink Coffee Maker 55 Cup 15.00 DRINK COFFEE PITCHER INSULATED 3.00 Drink Coffee Urn Sterno Heated 15.00 Drink Dispenser Dual Bowl 15.00 Drink Dispenser Single Bowl 3.5gal Bev 8.00 Dual Bulb Heat Lamp with food pan 15.00 Glass Pitcher 2.25 Hedge Bar 600.00 Igloo MaxCold White 150 qt. 125.00 20.00 Large Dinner Serving Tray 8.00 Large Oval Aluminum Buffet Tray 18.00 Medium Oval Aluminum Buffet Tray 12.00 Plastic Pitcher 60 oz.4.00 Portable 4' Beverage Bar Black Granite 55.00 Salt and Pepper Shakers 0.50 Serving Fork 2.00 Serving Tray Stainless 2 tier 12.00 Serving Tray Stainless Steel 3 Tier 15.00 Sheet Pans 2.00 Solid Serving Spoon 2.00 Square 3 Teir Tower Set 6PC/Set 65.00 Stainless Serving Tray 16"2.00 Stainless Serving Tray 18"2.00 Towable Propane 40L Grill 135.00 Trash Can 9.00 Tray Jacks 6.00 CATERING EQUIPMENT PriceRetail 8qt Disposable Food Pan 2.00 Retail 8qt Full Pan 2.00 Retail Sterno 3.00 Retail CHAIRS Sell 72 Hour WeeklyRental _Wood Padded Chair - White 3.00 Acrylic Ghost Chair - Clear 12.00 Bamboo Folding Chair 26.75 4.95 Black Chiavari Barstool - WD 12.00 Black Chiavari Chair - WD 45.00 6.50 Black Metal Chair 10.00 1.25 Black Padded Bar Stool 10.00 Black Padded Resin Chair 28.00 3.50 Black-Alloy Folding Chair 1.25 Brown Folding Chair 1.25 Children's Chair, Mulit Colored 2.00 6.00 Children's White Folding Chairs 2.00 Clear Acrylic Lounge Chair 10.00 Clear Chiavari Ballroom Chair 45.00 6.50 Cross Back Farm Barstool (Tall)12.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:22AM Price List - Standard May 2019 - Prices subject to change without notice. Page 2 of 12 CHAIRS Sell 72 Hour WeeklyRental Cross Back Farm Chair (Low) 55.00 8.00 Gold Chiavari Ballroom Chair 45.00 6.50 Gold Chiavari Barstool - WD 12.00 Gold Chiavari Chair -WD 6.50 Grey Folding Chair 1.00 High Chair Wood Dark Stain 15.00 Kids Stackable Chairs Blue 2.00 Kids Stackable Chairs Red 2.00 Mahogany Chiavari Ballroom Chair 45.00 6.50 Mahogany Chiavari Barstool - WD 12.00 Mahogany Chiavari Chair - WD 6.50 Mahogany Wood Padded Chairs 4.00 Metal Festival Chair 0.85 Natural Wood Padded Chairs 32.50 3.25 Pop Louis Chair - White 30.00 Princess Wicker Chair White 20.00 Silver Chiavari Ballroom Chair 45.00 6.50 Silver Chiavari Barstool - WD 12.00 Silver Chiavari Chair -WD 6.50 White Acrylic Lounge Chair 10.00 White Chiavari Barstool - WD 12.00 White Chiavari Chair - WD 6.50 White Fan Back Folding Chair 1.75 White Metal Folding Chair 1.50 White Padded Chair 18.00 3.00 White Wedding Folding Chair 15.00 1.50 White-Alloy Wedding Folding Chair 1.50 Wood Barstool 7.00 14.00 Wood Bench 125.00 19.95 Chiavari Chair Cushion Sell 72 Hour WeeklyRental Black Chiavari Chair Pads 6.00 0.40 Black Chiavari Signature Cushion - Incl 12.50 Champagne Chiavari Signature Cushion 1.50 Cross Back Burlap Cushion 10.00 0.50 Gold Chiavari Signature Cushion 15.00 1.50 Ivory Chiavari Chair Pads Ivory Chiavari Signature Cushion - Inc 12.50 Silver Chiavari Chair Pads 0.40 Silver Chiavari Signature Cushion 15.00 1.50 White Chiavari Chair Pads 6.00 0.40 White Chiavari Signature Cushion - Incl 12.50 CHINA Sell 72 Hour WeeklyRental 14 oz Stemless Wine Glass 0.65 5.5 oz Stemless Wine Glass (25)0.65 B&B Plate 6" Gold Rim (10)0.55 B&B Plate 6" Platinum Rim (10)0.55 Bamboo Charger 3.00 Black 10" Dinner Plate (10)4.50 10.00 Black 7" Salad Plate (10)4.50 10.00 Black Acrylic Charger 13"1.00 Black Bread & Butter 6.5" Plate (10)5.00 Black Saucer (10)0.55 1.00 Bowl, Dessert (10)5.00 Bronze Reef Glass Charger Plate 7.00 Cake Salad Plate 7.5"0.50 Champagne Acrylic Charger 13"1.00 Charger Plate Copper 13" Beaded 1.50 Clear 10" Dinner Plate (10)4.50 10.00 Clear 7" Salad Plate (10)4.50 10.00 Clear Bread & Butter 6.5" Plate (10)5.00 Clear Coffee Cup (25)12.50 25.00 Coffee Cup Gold Rim 8oz (16)0.55 Coffee Cup Platinum Rim 8oz (16)0.55 Coffee Thermus 5.00 Creamer, China 3.00 6.00 Dinner Plate 10.5" Gold Rim (10) 5.00 0.55 Dinner Plate 10.5" Platinum Rim (10)0.55 Gold Acrylic Beaded Charger 1.00 Gold Acrylic Chargers 13"1.00 Gold Beaded Glass Chargers 13"4.00 Gold Reef Glass Charger Plate 7.00 Gold Swirls Charger 1.50 Gold Trim 10" Dinner Plate (10)0.45 1.00 Gold Trim 7" Salad Plate 0.45 1.00 Gold Trim Bread & Butter 6.5" Plate (10)0.50 Gold Trim Saucer (10)0.55 1.00 Luster Charger Plate 13"6.00 Marble Dinner Plate 0.95 Marble Salad Plate 0.95 Plate Bouillon Cup 0.50 Plate Cover Clear 10 3/4"0.50 Plate, 7" Dessert 4.50 Ramekin 2 oz 0.30 Ramekin 4oz 0.30 Ramekin 8oz 0.30 Red Acrylic Beaded Charger 13"1.00 Red Acrylic Charger 13"1.00 Rose Gold Glass Charger 13"6.00 Salad/Dessert Plate 8" Gold Rim (10)0.55 Salad/Dessert Plate 8" Platinum Rim 0.55 Salt & Pepper Shakers 3.75 Saucer Plate Gold Rim (16)0.55 Saucer Plate Platinum Rim (16)0.55 Scalloped Mirror Charger Plate 6.00 Silver Acrylic Beaded Charger 1.00 Silver Acrylic Charger 13"1.00 Silver Acrylic Square Charger 1.00 Silver Beaded Glass Chargers 13"4.00 Silver Reef Glass Charger Plate 7.00 Silver Swirls Charger 1.50 Soup Bowl 0.50 1.00 Square White 10" Dinner Plates (10)0.75 Square White 6" B&B Plate (10)0.65 Square White 7.5" 12oz Bowl (10)0.75 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 3 of 12 CHINA Sell 72 Hour WeeklyRental Square White 8.5" Salad/Dessert Plt (10)0.65 White 10" Dinner Plate 0.50 1.00 White 7-5/8" Salad Plate 3.00 0.50 1.00 White Acrylic Charger 13" 2.50 1.50 White Bread & Butter 6.5" Plate 0.50 White Saucer (10)0.55 1.00 White Square Salad Plate 0.65 CONCESSIONS Sell 72 Hour WeeklyRental Chocolate Fountain 20lb 75.00 Cotton Candy Cart Pink 25.00 Cotton Candy Machine 825.00 50.00 100.00 Cotton Candy Netting w/ 4 Hooks 25.00 Display Warmer 40.00 Frozen Drink Machine Dual 125.00 Hot Dog 11 Roller 40.00 Hot Dog Rotisserie 40.00 Nacho Cheese Warmer 15.00 Popcorn Cart 25.00 Popcorn Machine 50.00 100.00 Pretzel Warmer 40.00 Snow Cone Machine 50.00 100.00 Soft Serve Ice Cream Machine 500.00 CONCESSIONS PriceRetail CHOCOLATE 5 LB BAG Retail Chocolate Soft Serve Mix 1.5gal 12.00 Retail Cotton Candy Cone 15 pack 0.75 Retail Cotton Candy Sugar, 50-70 Blue 8.00 Retail Cotton Candy Sugar, 50-70 Pink 8.00 Retail Pop Bags 100 per pack 6.00 Retail Sno Cone Cups 200 Per Pack 11.00 Retail Sno Cone Syurp, 50-70 Blue 14.00 Retail Sno Cone Syurp, 50-70 Red 14.00 Retail Sno Knoe Pump 5.00 Retail COOKING EQUIPMENT Sell 72 Hour WeeklyRental 20 lbs Propane Tank 20.00 40.00 40 lbs Propane Tank 50.00 Deep Fryer 60LB 3 Basket 129.00 DEEP FRYER SMALL 30QT 15.00 Griddle Flat Top 36" Propane 65.00 Heated Holding Cabinet 179.00 Slotted Serving Spoons 2.00 Stove - 6 Burner with oven 1275.00 299.00 Tongs Serving Utensil 3.00 COOLING & HEATING Sell 72 Hour WeeklyRental 12" Tent Fan White 30.00 60.00 25 Ton A/C Units 1,500.00 40" Pedestal Fan 20.00 Coolbox 750.00 125.00 Fire Pit 36"75.00 Propane Heater Triangle w/ Glass Tube 85.00 Propane Heater 85.00 195.00 Customer Work Order Sell 72 Hour WeeklyRental Check in Area: Daiquiri Area Food Truck Area Inside Mojito Lounge PERIODIC MAINTENANCE REQUIRED SERVICE REQUIRED TABLES AND CHAIRS TENTS Waterfront Lawn Customer Work Order PriceRetail Finance Charge Retail Hold For Count Retail Previous Invoice Retail Replacement Martini Glass Holder 54.15 Retail Reservation Cancel Retail Dance Floor Sell 72 Hour WeeklyRental 12' X 12' Dancefloor Black (4x4)288.00 12' X 12' Dancefloor Black/White (4x4)288.00 12' x 12' Dancefloor Classic 190.00 12' x 12' Dancefloor Signature BLK/WHT 360.00 12' x 12' Dancefloor Signature White 360.00 12' x 12' Dancefloor Signature 190.00 12' X 12' Dancefloor White (4x4)288.00 12' x 12' Dancefloor Wood (3x3) 500.00 190.00 12' x 12" Dancefloor Snaplock 190.00 12' x 15' Dancefloor Classic 240.00 12' x 15' Dancefloor Signature Blk/Wht 240.00 12' x 15' Dancefloor Signature 240.00 12' x 15' Dancefloor Snaplock 240.00 12' x 15' Dancefloor Wood (3x3) 500.00 240.00 12' X 16' Dancefloor Black (4x4)384.00 12' X 16' Dancefloor Black/White (4x4)384.00 12' x 16' Dancefloor White (4x4)384.00 12' x 18' Dancefloor Classic 288.00 12' x 18' Dancefloor Signature 288.00 12' x 18' Dancefloor Snaplock 288.00 12' x 21' Dancefloor Signature 336.00 12' x 21' Dancefloor Snaplock 336.00 12' x 24' Dancefloor Signature 384.00 12' x 24' Dancefloor Snaplock 384.00 14' x 20' Dancefloor Signature White 700.00 15' x 15' Dancefloor Signature 300.00 15' x 15' Dancefloor Snaplock 300.00 15' x 15' Dancefloor Wood (3x3) 500.00 300.00 15' x 16' Dancefloor Classic 300.00 15' x 18' Dancefloor Snaplock 360.00 15' x 18'Dancefloor Signature 360.00 15' x 20' Dancefloor Classic 400.00 15' x 21' Dancefloor Signature White 787.50 15' x 21' Dancefloor Snaplock 419.00 15' x 24' Dancefloor Classic 480.00 15' x 24' Dancefloor Signature White 900.00 15' x 24' Dancefloor Signature 480.00 15' x 24' Dancefloor Snaplock 480.00 15' x 40' Dancefloor Classic 800.00 16' x 16' Dancefloor Black (4x4)512.00 16' x 16' Dancefloor Black/White (4x4)512.00 16' x 16' Dancefloor Black/White Bullsey 640.00 16' x 16' Dancefloor Signature Blk/Wht 640.00 16' x 16' Dancefloor Signature White 640.00 16' x 16' Dancefloor White (4x4)512.00 16' x 18' Dancefloor Classic 384.00 16' x 20' Dancefloor Signature BLK/WHT 800.00 16' x 25' Dancefloor Signature 535.00 16' x 33' Dancefloor Classic 704.00 18' x 18' Dancefloor Signature White 810.00 18' x 18' Dancefloor Signature 432.00 18' x 18' Dancefloor Snaplock 432.00 18' x 18' Dancefloor Wood (3x3) 500.00 430.00 18' x 20' Dancefloor Classic 480.00 18' x 21' Dancefloor Signature 504.00 18' x 21' Dancefloor Snaplock 504.00 18' x 21' Dancefloor White 945.00 18' x 21' Dancefloor Wood (3x3) 500.00 480.00 18' x 24' Dancefloor Classic 576.00 18' x 24' Dancefloor Signature White 1,080.00 18' x 24' Dancefloor Signature 576.00 18' x 24' Dancefloor Snaplock 576.00 18' x 36' Dancefloor Signature White 1,620.00 19' x 19' Dancefloor Signature Black 902.50 20' x 20' Dancefloor Black/White (4x4)800.00 20' x 20' Dancefloor Classic 480.00 20' x 20' Dancefloor Signature White 1,000.00 20' x 21' Dancefloor Classic 560.00 20' x 24' Dancefloor Black/White (4x4)960.00 20' x 30' Dancefloor White 1,500.00 21' x 21' Dance Custom Black & White 1,100.00 21' x 21' Dancefloor Signature 588.00 21' x 21' Dancefloor Snaplock 588.00 21' x 24' Dancefloor Classic 672.00 21' x 24' Dancefloor Signature 672.00 21' x 24' Dancefloor Snaplock 672.00 21' x 24' Dancefloor White 1,260.00 21' x 36' Dancefloor White 1,890.00 24' x 24' Dancefloor Black/White (4x4)1,152.00 24' x 24' Dancefloor Classic 768.00 24' x 24' Dancefloor Signature 768.00 24' x 24' Dancefloor Snaplock 768.00 24' x 24' Dancefloor White 1,440.00 28' x 28' Dancefloor White 1,960.00 32' x 32' Dancefloor Black (4x4)2,048.00 32' x 33' Dancefloor Classic 1,362.00 8' x 9' Dancefloor Classic 96.00 9' x 12' Dancefloor White 270.00 9' x 15' Dancefloor Snaplock 180.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 4 of 12 Dance Floor Sell 72 Hour WeeklyRental 9' x 9' Dancefloor Signature 108.00 9' x 9' Dancefloor Snaplock 120.00 Dance Floor PriceRetail Vinyl Wrap per Sq. Ft. 3.95 Retail DINNER & GLASSEWARE Sell 72 Hour WeeklyRental 3 Gallon Drink Dispenser 20.00 Chablie Margarita Glass Punch Bowl Clear Cups 0.40 Short Glass Ice Cream Bowl w/Stem 0.50 Sorbet bowl white 0.50 Square White Plate 10 3/4" 7.00 0.80 Tall Glass Ice Cream w/Stem 0.50 Wine Carafe 2.00 Fence Sell 72 Hour WeeklyRental 8' Barricades 16.00 Fencing 8' Panels X 6' High Per Ft.2.25 Gate Wheels 25.00 Sand Bags 10.00 White Pick VIP Fence 6' Sections 25.00 FLATWARE Sell 72 Hour WeeklyRental Dinner Fork, Brushed Black (10)0.85 Dinner Fork, Brushed Gold 8.25 0.75 Dinner Fork, Celine Style, (10)0.40 0.80 Dinner Knife, Brushed Black (10)0.85 Dinner Knife, Brushed Gold 8"0.75 Dinner Knife, Celine Style, (10) 2.00 0.40 0.80 Dinner Steak Knife 0.60 Gaucho Wood Handle Steak Knife 0.40 Salad Fork, Brushed Black (10)0.85 Salad Fork, Brushed Gold 0.75 Salad Fork, Celine Style, (10) 2.00 0.40 0.80 Shrimp Fork Soup Spoon, Update stainless regency 0.40 Steak Knife w/ Black plastic handle 0.40 Teaspoon, Brushed Black (10)0.85 Teaspoon, Brushed Gold 7"0.75 Teaspoon, Celine Style, (10)0.40 0.80 FLOOR Sell 72 Hour WeeklyRental 3x4 Ultra Decking 12.00 24.00 GENERATORS Sell 72 Hour WeeklyRental 20KW Generator 36KW Generator Generator 1600 Watts with 2 - 110 plugs 75.00 GLASSWARE Sell 72 Hour WeeklyRental Black Coffee Cup (16)8.00 Bubble, 10z 2.00 0.55 Champagne Glasses 0.65 1.20 Glass Beer Mug 0.50 Glass Punch Bowl 20.00 Gold Trim Coffee Cup (16)0.50 High Ball, 10.50z Libbey 2.00 0.55 Irish Coffee Mug 0.45 Juice Glass 0.45 Large Sundae 1.00 Martini Glasses, 7oz (16)10.40 Parfait Glass 0.50 Pilsner Glass 12oz 0.50 Pint Glass 0.50 Rock Glass Large 14oz 0.50 1.00 Rock Glass Small 10oz 0.50 1.00 Small Sundae 1.00 Water Glasses 0.50 1.00 White Ceramic Coffee Mug (25)8.75 White Coffee Cup (20)0.50 Wine Glass 10.5oz 0.50 Wine Glasses, 20oz Libbey 0.70 Wine Glasses,14oz Libbey 4.00 0.45 0.90 LABOR Sell 72 Hour WeeklyRental Labor Charge LABOR PriceRetail Chair Set-Up Fee 0.50 Retail Chair Strike Fee 0.50 Retail Cleaning Fee 50.00 Labor Table Set-Up Fee 1.00 Retail Table Strike Fee 1.00 Retail LIGHTING Sell 72 Hour WeeklyRental Airstar 250.00 Bronze Rod Iron Chandelier 60.00 120.00 Chandelier Crystal 60.00 120.00 Edison Lights 0.64 1.50 Extension Cord 50' FT 40.00 10.00 Extension Cord Multi Outlet 50'10.00 Extension Cord Triple Outlet End 10.00 Flood Light 12.50 25.00 High Top Table Lighting 15.00 30.00 LED 100 Watt High Bay Light 85.00 LED Up Lighting 35.00 105.00 Light Tower 175.00 175.00 Market Lights, Warm White 1.50 Tent Light Dimmer - 600 Watt 10.00 White Globe Lighting 100.00 35.00 60.00 Yellow Globe Light 12.50 25.00 LINEN Sell 72 Hour WeeklyRental Spun Gold 8ft H x 60" W Polyknit Drape 10 ft Banjo Drape Black 118" H 10 ft Banjo Drape Red 10 ft Banjo Drape White 10 ft Poly Drape White 10' Leg Drape 15.00 108" Round - Glimmer Gold 60.00 108" Round Lamour Matte Satin - Blush 25.00 22.00 108" Round Tablecloth - Amethyst 22.00 12.95 108" Round Tablecloth - Aqua 22.00 12.95 108" Round Tablecloth - Beige 22.00 12.95 108" Round Tablecloth - Black 22.00 12.95 108" Round Tablecloth - Blush 22.00 12.95 108" Round Tablecloth - Brown 22.00 12.95 108" Round Tablecloth - Burgundy 22.00 12.95 108" Round Tablecloth - Burnt Orange 22.00 12.95 108" Round Tablecloth - Cabana Navy 36.81 15.00 108" Round Tablecloth - Camel 22.00 12.95 108" Round Tablecloth - Canteen 22.00 12.95 108" Round Tablecloth - Celadon 22.00 12.95 108" Round Tablecloth - Charcoal 22.00 12.95 108" Round Tablecloth - Cherry Red 22.00 12.95 108" Round Tablecloth - Claret 22.00 12.95 108" Round Tablecloth - Clover 22.00 12.95 108" Round Tablecloth - Copper 22.00 12.95 108" Round Tablecloth - Coral 22.00 12.95 108" Round Tablecloth - Dark Blue 22.00 12.95 108" Round Tablecloth - Dusty Rose 22.00 12.95 108" Round Tablecloth - Eggplant 22.00 12.95 108" Round Tablecloth - Flamingo 22.00 12.95 108" Round Tablecloth - Forest 22.00 12.95 108" Round Tablecloth - Fruit Punch 22.00 12.95 108" Round Tablecloth - Fuchsia 22.00 12.95 108" Round Tablecloth - Fuschia 22.00 12.95 108" Round Tablecloth - Glimmer Violet 60.00 108" Round Tablecloth - Gold Glimmer 22.00 60.00 108" Round Tablecloth - Goldenrod 22.00 12.95 108" Round Tablecloth - Gold 22.00 12.95 108" Round Tablecloth - Grey 22.00 12.95 108" Round Tablecloth - Hot Pink 22.00 12.95 108" Round Tablecloth - Hunter 22.00 12.95 108" Round Tablecloth - Ivory 22.00 12.95 108" Round Tablecloth - Jade 22.00 12.95 108" Round Tablecloth - Kelly 22.00 12.95 108" Round Tablecloth - Khaki 22.00 12.95 108" Round Tablecloth - Lemon 22.00 12.95 108" Round Tablecloth - Light Blue 22.00 12.95 108" Round Tablecloth - Light Olive 22.00 12.95 108" Round Tablecloth - Light Pink 22.00 12.95 108" Round Tablecloth - Lilac 22.00 12.95 108" Round Tablecloth - Lime 22.00 12.95 108" Round Tablecloth - Maize 22.00 12.95 108" Round Tablecloth - Mauve 22.00 12.95 108" Round Tablecloth - Mint 22.00 12.95 108" Round Tablecloth - Moss 22.00 12.95 108" Round Tablecloth - Navy 22.00 12.95 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 5 of 12 LINEN Sell 72 Hour WeeklyRental 108" Round Tablecloth - Neon Green 22.00 12.95 108" Round Tablecloth - Neon Orange 22.00 12.95 108" Round Tablecloth - Neon Pink 22.00 12.95 108" Round Tablecloth - Neon Tangerine 22.00 12.95 108" Round Tablecloth - Neon Yellow 22.00 12.95 108" Round Tablecloth - Olive 22.00 12.95 108" Round Tablecloth - Orange 22.00 12.95 108" Round Tablecloth - Peach 22.00 12.95 108" Round Tablecloth - Periwinkle 22.00 12.95 108" Round Tablecloth - Pink 22.00 12.95 108" Round Tablecloth - Plum 22.00 12.95 108" Round Tablecloth - Powder Blue 22.00 12.95 108" Round Tablecloth - Pumpkin 22.00 12.95 108" Round Tablecloth - Purple 22.00 12.95 108" Round Tablecloth - Raspberry 22.00 12.95 108" Round Tablecloth - Red 22.00 12.95 108" Round Tablecloth - Royal 22.00 12.95 108" Round Tablecloth - Ruby 22.00 12.95 108" Round Tablecloth - Seamist 22.00 12.95 108" Round Tablecloth - Slate 22.00 12.95 108" Round Tablecloth - Smoke 22.00 12.95 108" Round Tablecloth - Sunflower 22.00 12.95 108" Round Tablecloth - Teal 22.00 12.95 108" Round Tablecloth - Terra Cotta 22.00 12.95 108" Round Tablecloth - Turquoise 22.00 12.95 108" Round Tablecloth - Violet 22.00 12.95 108" Round Tablecloth - Watermelon 22.00 12.95 108" Round Tablecloth - White 22.00 12.95 108" Round Tablecloth - White 11.00 108" Round Tablecloth Glimmer Blush 60.00 108" Round Tablecloth Majestic - Light P 12.95 108" Round Umbrella - Tablecloth White 12.95 108" Round Umbrella Tablecloth - Black 12.95 108" x 108" Square Burgundy 39.00 15.00 108" x 108" Square Burnt Orange 39.00 15.00 108" x 108" Square Light Olive 39.00 15.00 108" x 108" Square Tablecloth Amethyst 39.00 15.00 108" x 108" Square Tablecloth Aqua 39.00 15.00 108" x 108" Square Tablecloth Beige 39.00 15.00 108" x 108" Square Tablecloth Black 39.00 15.00 108" x 108" Square Tablecloth Blush 39.00 15.00 108" x 108" Square Tablecloth Brown 39.00 15.00 108" x 108" Square Tablecloth Camel 39.00 15.00 108" x 108" Square Tablecloth Canteen 39.00 15.00 108" x 108" Square Tablecloth Celadon 39.00 15.00 108" x 108" Square Tablecloth Charcoal 39.00 15.00 108" x 108" Square Tablecloth Cherry Red 39.00 15.00 108" x 108" Square Tablecloth Claret 39.00 15.00 108" x 108" Square Tablecloth Clover 39.00 15.00 108" x 108" Square Tablecloth Copper 39.00 15.00 108" x 108" Square Tablecloth Coral 39.00 15.00 108" x 108" Square Tablecloth Dark Blue 39.00 15.00 108" x 108" Square Tablecloth Dusty Rose 39.00 15.00 108" x 108" Square Tablecloth Eggplant 39.00 15.00 108" x 108" Square Tablecloth Flamingo 39.00 15.00 108" x 108" Square Tablecloth Forest 39.00 15.00 108" x 108" Square Tablecloth Fuchsia 39.00 15.00 108" x 108" Square Tablecloth Goldenrod 39.00 15.00 108" x 108" Square Tablecloth Gold 39.00 15.00 108" x 108" Square Tablecloth Grey 39.00 15.00 108" x 108" Square Tablecloth Hot Pink 39.00 15.00 108" x 108" Square Tablecloth Hunter 39.00 15.00 108" x 108" Square Tablecloth Ivory 39.00 15.00 108" x 108" Square Tablecloth Jade 39.00 15.00 108" x 108" Square Tablecloth Kelly 39.00 15.00 108" x 108" Square Tablecloth Khaki 39.00 15.00 108" x 108" Square Tablecloth Lemon 39.00 15.00 108" x 108" Square Tablecloth Light Blue 39.00 15.00 108" x 108" Square Tablecloth Light Pink 39.00 15.00 108" x 108" Square Tablecloth Lilac 39.00 15.00 108" x 108" Square Tablecloth Lime 39.00 15.00 108" x 108" Square Tablecloth Maize 39.00 15.00 108" x 108" Square Tablecloth Mauve 39.00 15.00 108" x 108" Square Tablecloth Mint 39.00 15.00 108" x 108" Square Tablecloth Moss 39.00 15.00 108" x 108" Square Tablecloth Navy 39.00 15.00 108" x 108" Square Tablecloth Neon Green 39.00 15.00 108" x 108" Square Tablecloth Neon Pink 39.00 15.00 108" x 108" Square Tablecloth Olive 39.00 15.00 108" x 108" Square Tablecloth Orange 39.00 15.00 108" x 108" Square Tablecloth Peach 39.00 15.00 108" x 108" Square Tablecloth Pink 39.00 15.00 108" x 108" Square Tablecloth Plum 39.00 15.00 108" x 108" Square Tablecloth Pumpkin 39.00 15.00 108" x 108" Square Tablecloth Purple 39.00 15.00 108" x 108" Square Tablecloth Raspberry 39.00 15.00 108" x 108" Square Tablecloth Red 39.00 15.00 108" x 108" Square Tablecloth Royal 39.00 15.00 108" x 108" Square Tablecloth Ruby 39.00 15.00 108" x 108" Square Tablecloth Seamist 39.00 15.00 108" x 108" Square Tablecloth Slate 39.00 15.00 108" x 108" Square Tablecloth Smoke 39.00 15.00 108" x 108" Square Tablecloth Sunflower 39.00 15.00 108" x 108" Square Tablecloth Teal 39.00 15.00 108" x 108" Square Tablecloth Turquoise 39.00 15.00 108" x 108" Square Tablecloth Violet 39.00 15.00 108" x 108" Square Tablecloth Watermelon 39.00 15.00 108" x 108" Square Tablecloth White 39.00 15.00 108" x 108" Square TC - Neon Orange 39.00 15.00 108" x 108" Square TC - Neon Tangerine 39.00 15.00 108" x 108" Square TC - Periwinkle 39.00 15.00 108" x 108" Square TC - Powder Blue 39.00 15.00 108" x 108" Square TC Fruit Punch 39.00 15.00 108" x 108" Square TC Neon Yellow 39.00 15.00 108" x 108" Square Terra Cotta 39.00 15.00 108" x 156" Tablecloth - Red 25.00 28.00 108"x156" Tablecloth - Amethyst 25.00 28.00 108"x156" Tablecloth - Aqua 25.00 28.00 108"x156" Tablecloth - Beige 25.00 28.00 108"x156" Tablecloth - Black 25.00 28.00 108"x156" Tablecloth - Blush 25.00 28.00 108"x156" Tablecloth - Brown 25.00 28.00 108"x156" Tablecloth - Burgundy 25.00 28.00 108"x156" Tablecloth - Burnt Orange 25.00 28.00 108"x156" Tablecloth - Camel 25.00 28.00 108"x156" Tablecloth - Canteen 25.00 28.00 108"x156" Tablecloth - Celadon 25.00 28.00 108"x156" Tablecloth - Charcoal 25.00 28.00 108"x156" Tablecloth - Cherry Red 25.00 28.00 108"x156" Tablecloth - Claret 25.00 28.00 108"x156" Tablecloth - Clover 25.00 28.00 108"x156" Tablecloth - Copper 25.00 28.00 108"x156" Tablecloth - Coral 25.00 28.00 108"x156" Tablecloth - Dark Blue 25.00 28.00 108"x156" Tablecloth - Dusty Rose 25.00 28.00 108"x156" Tablecloth - Eggplant 25.00 28.00 108"x156" Tablecloth - Flamingo 25.00 28.00 108"x156" Tablecloth - Forest 25.00 28.00 108"x156" Tablecloth - Fruit Punch 25.00 28.00 108"x156" Tablecloth - Fuchsia 25.00 28.00 108"x156" Tablecloth - Goldenrod 25.00 28.00 108"x156" Tablecloth - Gold 25.00 28.00 108"x156" Tablecloth - Grey 25.00 28.00 108"x156" Tablecloth - Hot Pink 25.00 28.00 108"x156" Tablecloth - Hunter 25.00 28.00 108"x156" Tablecloth - Ivory 25.00 28.00 108"x156" Tablecloth - Jade 25.00 28.00 108"x156" Tablecloth - Kelly 25.00 28.00 108"x156" Tablecloth - Khaki 25.00 28.00 108"x156" Tablecloth - Lemon 25.00 28.00 108"x156" Tablecloth - Light Blue 31.25 108"x156" Tablecloth - Light Blue 25.00 28.00 108"x156" Tablecloth - Light Olive 25.00 28.00 108"x156" Tablecloth - Light Pink 25.00 28.00 108"x156" Tablecloth - Lilac 25.00 28.00 108"x156" Tablecloth - Lime 25.00 28.00 108"x156" Tablecloth - Maize 25.00 28.00 108"x156" Tablecloth - Mauve 25.00 28.00 108"x156" Tablecloth - Mint 25.00 28.00 108"x156" Tablecloth - Moss 25.00 28.00 108"x156" Tablecloth - Navy 25.00 28.00 108"x156" Tablecloth - Neon Green 25.00 28.00 108"x156" Tablecloth - Neon Orange 25.00 28.00 108"x156" Tablecloth - Neon Pink 25.00 28.00 108"x156" Tablecloth - Neon Tangerine 25.00 28.00 108"x156" Tablecloth - Neon Yellow 25.00 28.00 108"x156" Tablecloth - Olive 25.00 28.00 108"x156" Tablecloth - Orange 25.00 28.00 108"x156" Tablecloth - Peach 25.00 28.00 108"x156" Tablecloth - Periwinkle 25.00 28.00 108"x156" Tablecloth - Pink 25.00 28.00 108"x156" Tablecloth - Plum 25.00 28.00 108"x156" Tablecloth - Powder Blue 25.00 28.00 108"x156" Tablecloth - Pumpkin 25.00 28.00 108"x156" Tablecloth - Purple 25.00 28.00 108"x156" Tablecloth - Raspberry 31.25 108"x156" Tablecloth - Royal 25.00 28.00 108"x156" Tablecloth - Ruby 25.00 28.00 108"x156" Tablecloth - Seamist 25.00 28.00 108"x156" Tablecloth - Slate 25.00 28.00 108"x156" Tablecloth - Smoke 25.00 28.00 108"x156" Tablecloth - Sunflower 25.00 28.00 108"x156" Tablecloth - Teal 25.00 28.00 108"x156" Tablecloth - Terra Cotta 25.00 28.00 108"x156" Tablecloth - Turquoise 25.00 28.00 108"x156" Tablecloth - Violet 25.00 28.00 108"x156" Tablecloth - Watermelon 25.00 28.00 108"x156" Tablecloth - White 25.00 28.00 108"x156" Tablecloth Ivory Lamour Satin 25.00 38.00 108"x156" Tablecloth 31.25 12 ft Banjo Drape Snow White 12 ft H x 120" W Drape - Voile White 1.00 12 ft Poly Drape Black 142" H 12 ft Poly Drape White 12" x 120" Runner Eggplant 5.12 7.00 12" x 120" Runner LamourMatteSatinIvory 12.00 6.00 12" x 120" Runner Magenta Lamour Satin 12.00 6.00 12" x 120" Runner Satin Gold 12.00 6.00 12" x 120" Table Runner - Amethyst 12.00 5.00 12" x 120" Table Runner - Aqua 12.00 5.00 12" x 120" Table Runner - Beige 12.00 5.00 12" x 120" Table Runner - Black 12.00 5.00 12" x 120" Table Runner - Blush 12.00 5.00 12" x 120" Table Runner - Brown 12.00 5.00 12" x 120" Table Runner - Burnt Orange 12.00 5.00 12" x 120" Table Runner - Camel 12.00 5.00 12" x 120" Table Runner - Canteen 12.00 5.00 12" x 120" Table Runner - Celadon 12.00 5.00 12" x 120" Table Runner - Charcoal 12.00 5.00 12" x 120" Table Runner - Claret 12.00 5.00 12" x 120" Table Runner - Clover 12.00 5.00 12" x 120" Table Runner - Copper 12.00 5.00 12" x 120" Table Runner - Dark Blue 12.00 5.00 12" x 120" Table Runner - Dusty Rose 12.00 5.00 12" x 120" Table Runner - Flamingo 12.00 5.00 12" x 120" Table Runner - Forest 12.00 5.00 12" x 120" Table Runner - Fruit Punch 12.00 5.00 12" x 120" Table Runner - Fuchsia 12.00 5.00 12" x 120" Table Runner - Glimmer Gold 8.78 18.00 12" x 120" Table Runner - Glimmer Silver 8.78 18.00 12" x 120" Table Runner - Goldenrod 12.00 5.00 12" x 120" Table Runner - Grey 12.00 5.00 12" x 120" Table Runner - Hot Pink Satin 12.00 6.00 12" x 120" Table Runner - Hot Pink 12.00 5.00 12" x 120" Table Runner - Hunter 12.00 5.00 12" x 120" Table Runner - Ivory 12.00 5.00 12" x 120" Table Runner - Jade 12.00 5.00 12" x 120" Table Runner - Kelly 12.00 5.00 12" x 120" Table Runner - Khaki 12.00 5.00 12" x 120" Table Runner - Lemon 12.00 5.00 12" x 120" Table Runner - Light Olive 12.00 5.00 12" x 120" Table Runner - Light Pink 12.00 5.00 12" x 120" Table Runner - Lilac 12.00 5.00 12" x 120" Table Runner - Lime 12.00 5.00 12" x 120" Table Runner - Maize 12.00 5.00 12" x 120" Table Runner - Mauve 12.00 5.00 12" x 120" Table Runner - Mint 12.00 5.00 12" x 120" Table Runner - Moss 12.00 5.00 12" x 120" Table Runner - Navy 12.00 5.00 12" x 120" Table Runner - Neon Green 12.00 5.00 12" x 120" Table Runner - Neon Orange 12.00 5.00 12" x 120" Table Runner - Neon Pink 12.00 5.00 12" x 120" Table Runner - Neon Tangerine 12.00 5.00 12" x 120" Table Runner - Neon Yellow 12.00 5.00 12" x 120" Table Runner - Olive 12.00 5.00 12" x 120" Table Runner - Orange 12.00 5.00 12" x 120" Table Runner - Periwinkle 12.00 5.00 12" x 120" Table Runner - Pink 12.00 5.00 12" x 120" Table Runner - Plum 12.00 5.00 12" x 120" Table Runner - Pumpkin 12.00 5.00 12" x 120" Table Runner - Purple 12.00 5.00 12" x 120" Table Runner - Raspberry 12.00 5.00 12" x 120" Table Runner - Royal 12.00 5.00 12" x 120" Table Runner - Seamist 12.00 5.00 12" x 120" Table Runner - Slate 12.00 5.00 12" x 120" Table Runner - Smoke 12.00 5.00 12" x 120" Table Runner - Sunflower 12.00 5.00 12" x 120" Table Runner - Teal 12.00 5.00 12" x 120" Table Runner - Terra Cotta 12.00 5.00 12" x 120" Table Runner - Turquoise 12.00 5.00 12" x 120" Table Runner - Violet 12.00 5.00 12" x 120" Table Runner - Watermelon 12.00 5.00 12" x 120" Table Runner Cabana Black 10.00 12" x 120" Table Runner Cabana Navy 10.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 6 of 12 LINEN Sell 72 Hour WeeklyRental 12" x 120" Table Runner Glimmer Black 18.00 12" x 120" Table Runner Glimmer Blush 18.00 12" x 120" Table Runner Glimmer Eggplant 18.00 12" x 120" Table Runner Glimmer Navy 18.00 12" x 120" Table Runner Glimmer Turquois 18.00 12" x 120" Table Runner Glimmer White 18.00 12" x 120" Tablerunner - Coral 12.00 5.00 12" x 120" Tablerunner - Gold 12.00 5.00 12" x 120" Tablerunner - Light Blue 12.00 5.00 12" x 120" Tablerunner - Peach 12.00 5.00 12" x 120" Tablerunner Burlap 12.00 12" x 120" Tablerunner Organza - Bronze 7.00 12" x 120" Tablerunner Organza - Bronze 7.60 12" x 120" Tablerunner Red 12.00 5.00 12" x 80" Tablerunner Burlap Gold fleck 12.00 12"x120" Table Runner - White 5.00 12"x120" TABLE RUNNER POLY CHERRY RED 12.00 5.00 12"x120" Table Runner 7.00 12"x120" Tablerunner - Burgundy 12.00 5.00 12"x120" Tablerunner - Ruby 12.00 5.00 12"x72" RUNNER BLACK/WHITE CABANA 7.00 120" Round Lamour Matte Satin Wheat 28.75 120" Round Tablecloth - Amethyst 23.00 14.95 120" Round Tablecloth - Aqua 24.00 14.95 120" Round Tablecloth - Beige 24.00 14.95 120" Round Tablecloth - Black Ruffle 24.00 14.95 120" Round Tablecloth - Black Satin 28.75 120" Round Tablecloth - Black 23.00 14.95 120" Round Tablecloth - Blush 24.00 14.95 120" Round Tablecloth - Brown 24.00 14.95 120" Round Tablecloth - Buffalo Check 13.25 120" Round Tablecloth - Burgundy 24.00 14.95 120" Round Tablecloth - Burnt Orange 24.00 14.95 120" Round Tablecloth - Cabana Navy 36.81 25.00 120" Round Tablecloth - Cabana Red 36.81 25.00 120" Round Tablecloth - Camel 24.00 14.95 120" Round Tablecloth - Canteen 24.00 14.95 120" Round Tablecloth - Celadon 24.00 14.95 120" Round Tablecloth - Charcoal 23.00 14.95 120" Round Tablecloth - Cherry Red 24.00 14.95 120" Round Tablecloth - Chevron Grey 15.00 30.00 120" Round Tablecloth - Claret 23.00 14.95 120" Round Tablecloth - Clover 24.00 14.95 120" Round Tablecloth - Copper 24.00 14.95 120" Round Tablecloth - Coral 24.00 14.95 120" Round Tablecloth - Dark Blue 23.00 14.95 120" Round Tablecloth - Dusty Rose 23.00 14.95 120" Round Tablecloth - Eggplant 23.00 14.95 120" Round Tablecloth - Flamingo 24.00 14.95 120" Round Tablecloth - Forest 24.00 14.95 120" Round Tablecloth - Fruit Punch 24.00 14.95 120" Round Tablecloth - Fuchsia 23.00 14.95 120" Round Tablecloth - Fuschia 23.00 14.95 120" Round Tablecloth - Glimmer Gold 75.00 120" Round Tablecloth - Glimmer Silver 125.00 120" Round Tablecloth - Gold Satin 28.75 120" Round Tablecloth - Goldenrod 24.00 14.95 120" Round Tablecloth - Gold 24.00 14.95 120" Round Tablecloth - Grey 23.00 14.95 120" Round Tablecloth - Hot Pink 23.00 14.95 120" Round Tablecloth - Hunter 24.00 14.95 120" Round Tablecloth - Ivory 24.00 14.95 120" Round Tablecloth - Jade 24.00 14.95 120" Round Tablecloth - Kelly 24.00 14.95 120" Round Tablecloth - Khaki 24.00 14.95 120" Round Tablecloth - Lemon 24.00 14.95 120" Round Tablecloth - Light Blue 24.00 14.95 120" Round Tablecloth - Light Olive 24.00 14.95 120" Round Tablecloth - Light Pink 23.00 14.95 120" Round Tablecloth - Lilac 23.00 14.95 120" Round Tablecloth - Lime 24.00 14.95 120" Round Tablecloth - Maize 24.00 14.95 120" Round Tablecloth - Mauve 23.00 14.95 120" Round Tablecloth - Mint 24.00 14.95 120" Round Tablecloth - Moss 24.00 14.95 120" Round Tablecloth - Navy 23.00 14.95 120" Round Tablecloth - Neon Green 23.00 14.95 120" Round Tablecloth - Neon Orange 23.00 14.95 120" Round Tablecloth - Neon Pink 23.00 14.95 120" Round Tablecloth - Neon Tangerine 23.00 14.95 120" Round Tablecloth - Neon Yellow 23.00 14.95 120" Round Tablecloth - Olive 24.00 14.95 120" Round Tablecloth - Orange 24.00 14.95 120" Round Tablecloth - Peach Organza 24.00 28.00 120" Round Tablecloth - Peach 24.00 14.95 120" Round Tablecloth - Periwinkle 23.00 14.95 120" Round Tablecloth - Pink 23.00 14.95 120" Round Tablecloth - Plum 23.00 14.95 120" Round Tablecloth - Powder Blue 23.00 14.95 120" Round Tablecloth - Pumpkin 24.00 14.95 120" Round Tablecloth - Purple 23.00 14.95 120" Round Tablecloth - Raspberry 23.00 14.95 120" Round Tablecloth - Red Satin 28.75 120" Round Tablecloth - Red 24.00 14.95 120" Round Tablecloth - Royal 23.00 14.95 120" Round Tablecloth - Ruby 24.00 14.95 120" Round Tablecloth - Seamist 24.00 14.95 120" Round Tablecloth - Slate 23.00 14.95 120" Round Tablecloth - Smoke 23.00 14.95 120" Round Tablecloth - Sunflower 24.00 14.95 120" Round Tablecloth - Teal 24.00 14.95 120" Round Tablecloth - Terra Cotta 24.00 14.95 120" Round Tablecloth - Turquoise 24.00 14.95 120" Round Tablecloth - Violet 24.00 14.95 120" Round Tablecloth - Watermelon 24.00 14.95 120" Round Tablecloth - White Satin 32.45 28.75 120" Round Tablecloth- Light Pink Velvet 23.00 48.00 120" Round Tablecloth Royal/White Check 29.74 16.95 120" Round Tablelcoth - White 30.00 14.95 120" Umbrella Tablecloth White 14.95 132" Round Tablecloth - Amethyst 30.00 15.95 132" Round Tablecloth - Aqua 31.00 15.95 132" Round Tablecloth - Beige 31.00 15.95 132" Round Tablecloth - Black 30.00 15.95 132" Round Tablecloth - Blush 31.00 15.95 132" Round Tablecloth - Brown 31.00 15.95 132" Round Tablecloth - Burgundy 31.00 15.95 132" Round Tablecloth - Burnt Orange 31.00 15.95 132" Round Tablecloth - Cabana Blk / Wht 36.81 25.00 132" Round Tablecloth - Camel 31.00 15.95 132" Round Tablecloth - Canteen 31.00 15.95 132" Round Tablecloth - Celadon 31.00 15.95 132" Round Tablecloth - Champagne Blush 36.81 25.00 132" Round Tablecloth - Charcoal 30.00 15.95 132" Round Tablecloth - Cherry Red 31.00 15.95 132" Round Tablecloth - Claret 30.00 15.95 132" Round Tablecloth - Clover 31.00 15.95 132" Round Tablecloth - Copper 31.00 15.95 132" Round Tablecloth - Coral 31.00 15.95 132" Round Tablecloth - Dark Blue 30.00 15.95 132" Round Tablecloth - Dusty Rose 30.00 15.95 132" Round Tablecloth - Eggplant 30.00 15.95 132" Round Tablecloth - Flamingo 31.00 15.95 132" Round Tablecloth - Forest 31.00 15.95 132" Round Tablecloth - Fruit Punch 31.00 15.95 132" Round Tablecloth - Fuchsia 30.00 15.95 132" Round Tablecloth - Fuschia 30.00 15.95 132" Round Tablecloth - Goldenrod 31.00 15.95 132" Round Tablecloth - Gold 31.00 15.95 132" Round Tablecloth - Grey 30.00 15.95 132" Round Tablecloth - Hot Pink 30.00 15.95 132" Round Tablecloth - Hunter 31.00 15.95 132" Round Tablecloth - Ivory 30.00 15.95 132" Round Tablecloth - Jade 31.00 15.95 132" Round Tablecloth - Kelly 31.00 15.95 132" Round Tablecloth - Khaki 31.00 15.95 132" Round Tablecloth - Lemon 31.00 15.95 132" Round Tablecloth - Light Blue 31.00 15.95 132" Round Tablecloth - Light Olive 31.00 15.95 132" Round Tablecloth - Light Pink 30.00 15.95 132" Round Tablecloth - Lilac 30.00 15.95 132" Round Tablecloth - Lime 31.00 15.95 132" Round Tablecloth - Maize 31.00 15.95 132" Round Tablecloth - Mauve 30.00 15.95 132" Round Tablecloth - Mint 31.00 15.95 132" Round Tablecloth - Moss 31.00 15.95 132" Round Tablecloth - Navy 30.00 15.95 132" Round Tablecloth - Neon Green 30.00 15.95 132" Round Tablecloth - Neon Orange 30.00 15.95 132" Round Tablecloth - Neon Pink 30.00 15.95 132" Round Tablecloth - Neon Tangerine 30.00 15.95 132" Round Tablecloth - Neon Yellow 30.00 15.95 132" Round Tablecloth - Olive 31.00 15.95 132" Round Tablecloth - Orange 31.00 15.95 132" Round Tablecloth - Peach 31.00 15.95 132" Round Tablecloth - Periwinkle 30.00 15.95 132" Round Tablecloth - Pink 30.00 15.95 132" Round Tablecloth - Plum 30.00 15.95 132" Round Tablecloth - Powder Blue 30.00 15.95 132" Round Tablecloth - Pumpkin 31.00 15.95 132" Round Tablecloth - Purple 30.00 15.95 132" Round Tablecloth - Raspberry 30.00 15.95 132" Round Tablecloth - Red Satin 28.75 132" Round Tablecloth - Red 31.00 15.95 132" Round Tablecloth - Royal 30.00 15.95 132" Round Tablecloth - Ruby 31.00 15.95 132" Round Tablecloth - Seamist 31.00 15.95 132" Round Tablecloth - Slate 30.00 15.95 132" Round Tablecloth - Smoke 30.00 15.95 132" Round Tablecloth - Sunflower 31.00 15.95 132" Round Tablecloth - Teal 31.00 15.95 132" Round Tablecloth - Terra Cotta 31.00 15.95 132" Round Tablecloth - Turquoise Crush 36.81 25.00 132" Round Tablecloth - Turquoise 31.00 15.95 132" Round Tablecloth - Violet 31.00 15.95 132" Round Tablecloth - Watermelon 31.00 15.95 132" Round Tablecloth - White 30.00 15.95 13ft Skirt, Black 17.00 13ft Skirt, Solid Color 17.00 15"x120" Runner - Burlap 12.00 15"x120" Runner Plum 10.00 7.00 20" x 20" Napkin Satin - Blush 1.25 20" x 20" Napkins, Solid Color 0.59 20"x20" Napkin Lamour Matte Satin Blush 1.25 20"x20" Napkin Poly Violet 9.16 0.59 20"x20" Napkin Satin - Ivory 13.82 0.59 21" x 21" napkin - Smoke 2.50 0.59 21" x 21" Napkin - Watermelon 1.15 0.59 21"x21" Napkin - Amethyst 2.50 0.59 21"x21" Napkin - Apple 2.50 0.59 21"x21" Napkin - Aqua 2.50 0.59 21"x21" Napkin - Beige 1.15 0.59 21"x21" Napkin - Black 2.50 0.59 21"x21" Napkin - Blush 1.15 0.59 21"x21" Napkin - Brown 1.15 0.59 21"x21" Napkin - Bubblegum 1.15 0.59 21"x21" Napkin - Burgundy 1.15 0.59 21"x21" Napkin - Burnt Orange 1.15 0.59 21"x21" Napkin - Camel 1.15 0.59 21"x21" Napkin - Canteen 1.15 0.59 21"x21" Napkin - Celadon 1.15 0.59 21"x21" Napkin - Charcoal 2.50 0.59 21"x21" Napkin - Cherry Red 1.15 0.59 21"x21" Napkin - Claret 2.50 0.59 21"x21" Napkin - Clover 1.15 0.59 21"x21" Napkin - Copper 1.15 0.59 21"x21" Napkin - Coral 1.15 0.59 21"x21" Napkin - Dark Blue 2.50 0.59 21"x21" Napkin - Dusty Rose 2.50 0.59 21"x21" Napkin - Eggplant 7.79 0.59 21"x21" Napkin - Flamingo 1.15 0.59 21"x21" Napkin - Forest 2.50 0.59 21"x21" Napkin - Fruit Punch 2.50 0.59 21"x21" Napkin - Fuchsia 2.50 0.59 21"x21" Napkin - Fuschia 2.50 0.59 21"x21" Napkin - Goldenrod 1.15 0.59 21"x21" Napkin - Gold 1.15 0.59 21"x21" Napkin - Grey 2.50 0.59 21"x21" Napkin - Hot Pink 2.50 0.59 21"x21" Napkin - Hunter 2.50 0.59 21"x21" Napkin - Ivory 1.15 0.59 21"x21" Napkin - Jade 2.50 0.59 21"x21" Napkin - Kelly 1.15 0.59 21"x21" Napkin - Khaki 1.15 0.59 21"x21" Napkin - Lemon 1.15 0.59 21"x21" Napkin - Light Blue 2.50 0.59 21"x21" Napkin - Light Olive 1.15 0.59 21"x21" Napkin - Light Pink 2.50 0.59 21"x21" Napkin - Lilac 2.50 0.59 21"x21" Napkin - Lime 1.15 0.59 21"x21" Napkin - Maize 1.15 0.59 21"x21" Napkin - Mauve 2.50 0.59 21"x21" Napkin - Mint 1.15 0.59 21"x21" Napkin - Moss 2.50 0.59 21"x21" Napkin - Navy 2.50 0.59 21"x21" Napkin - Neon Green 2.50 0.59 21"x21" Napkin - Neon Orange 2.50 0.59 21"x21" Napkin - Neon Pink 2.50 0.59 21"x21" Napkin - Neon Tangerine 2.50 0.59 21"x21" Napkin - Neon Yellow 2.50 0.59 21"x21" Napkin - Olive 1.15 0.59 21"x21" Napkin - Orange 1.15 0.59 21"x21" Napkin - Peach 1.15 0.59 21"x21" Napkin - Periwinkle 2.50 0.59 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 7 of 12 LINEN Sell 72 Hour WeeklyRental 21"x21" Napkin - Pink 2.50 0.59 21"x21" Napkin - Plum 2.50 0.59 21"x21" Napkin - Powder Blue 2.50 0.59 21"x21" Napkin - Pumpkin 1.15 0.59 21"x21" Napkin - Purple 2.50 0.59 21"x21" Napkin - Raspberry 2.50 0.59 21"x21" Napkin - Red 1.15 0.59 21"x21" Napkin - Royal 2.50 0.59 21"x21" Napkin - Ruby 1.15 0.59 21"x21" Napkin - Rust 2.50 0.59 21"x21" Napkin - Seamist 1.15 0.59 21"x21" Napkin - Silver 2.50 0.59 21"x21" Napkin - Slate 2.50 0.59 21"x21" Napkin - Sunflower 1.15 0.59 21"x21" Napkin - Taupe 1.15 0.59 21"x21" Napkin - Teal 2.50 0.59 21"x21" Napkin - Terra Cotta 1.15 0.59 21"x21" Napkin - Turquoise 2.50 0.59 21"x21" Napkin - White 1.75 0.59 21"x21" Napkin - Yellow 2.50 0.59 21"x21" NAPKIN LAMOUR MATTE SATIN WHEAT 1.25 3 x 5 ft Premier Drape Black 34" H 30" Round High Black Spandex Tablecloth 20.00 30" Round High Navy Spandex Tablecloth 9.48 20.00 30" Round High Red Spandex Tablecloth 20.00 30" Round High Royal Spandex Tablecloth 20.00 30" Round High White Spandex Tablecloth 10.29 20.00 40.00 30" Round Spandex Linen 35.00 20.00 36" Round High Black Spandex Tablecloth 20.00 36" Round High White Spandex Tablecloth 20.00 36" Round Low Silver Spandex Tablecloth 20.00 54" x 54" Square Amethyst 6.75 6.00 54" x 54" Square Aqua 6.75 6.00 54" x 54" Square Beige 6.75 6.00 54" x 54" Square Black 6.75 6.00 54" x 54" Square Blush 6.75 6.00 54" x 54" Square Brown 6.75 6.00 54" x 54" Square Burgundy 6.75 6.00 54" x 54" Square Burnt Orange 6.75 6.00 54" x 54" Square Camel 6.75 6.00 54" x 54" Square Canteen 6.75 6.00 54" x 54" Square Celadon 6.75 6.00 54" x 54" Square Charcoal 6.75 6.00 54" x 54" Square Cherry Red 6.75 6.00 54" x 54" Square Claret 6.75 6.00 54" x 54" Square Clover 6.75 6.00 54" x 54" Square Copper 6.75 6.00 54" x 54" Square Coral 6.75 6.00 54" x 54" Square Dark Blue 6.75 6.00 54" x 54" Square Dusty Rose 6.75 6.00 54" x 54" Square Eggplant 6.75 6.00 54" x 54" Square Flamingo 6.75 6.00 54" x 54" Square Forest 6.75 6.00 54" x 54" Square Fruit Punch 6.75 6.00 54" x 54" Square Fuchsia 6.75 6.00 54" x 54" Square Glimmer Silver 21.50 27.00 54" x 54" Square Goldenrod 6.75 6.00 54" x 54" Square Gold 6.75 6.00 54" x 54" Square Grey 6.75 6.00 54" x 54" Square Hot Pink 6.75 6.00 54" x 54" Square Hunter 6.75 6.00 54" x 54" Square Ivory 6.75 6.00 54" x 54" Square Jade 6.75 6.00 54" x 54" Square Kelly 6.75 6.00 54" x 54" Square Khaki 6.75 6.00 54" x 54" Square Lemon 6.75 6.00 54" x 54" Square Light Blue 6.75 6.00 54" x 54" Square Light Olive 6.75 6.00 54" x 54" Square Lilac 6.75 6.00 54" x 54" Square Lime 6.75 6.00 54" x 54" Square Maize 6.75 6.00 54" x 54" Square Mauve 6.75 6.00 54" x 54" Square Mint 6.75 6.00 54" x 54" Square Moss 6.75 6.00 54" x 54" Square Neon Green 6.75 6.00 54" x 54" Square Neon Orange 6.75 6.00 54" x 54" Square Neon Pink 6.75 6.00 54" x 54" Square Neon Tangerine 6.75 6.00 54" x 54" Square Neon Yellow 6.75 6.00 54" x 54" Square Olive 6.75 6.00 54" x 54" Square Orange 6.75 6.00 54" x 54" Square Peach 6.75 6.00 54" x 54" Square Periwinkle 6.75 6.00 54" x 54" Square Plum 6.75 6.00 54" x 54" Square POLY MAIZE 6.75 6.00 54" x 54" Square Powder Blue 6.75 6.00 54" x 54" Square Pumpkin 6.75 6.00 54" x 54" Square Purple 6.75 6.00 54" x 54" Square Raspberry 6.75 6.00 54" x 54" Square Red 6.75 6.00 54" x 54" Square Royal 6.75 6.00 54" x 54" Square Ruby 6.75 6.00 54" x 54" Square Seamist 6.75 6.00 54" x 54" Square Slate 6.75 6.00 54" x 54" Square Smoke 6.75 6.00 54" x 54" Square Sunflower 6.75 6.00 54" x 54" Square Teal 6.75 6.00 54" x 54" Square Terra Cotta 6.75 6.00 54" x 54" Square Turquoise 6.75 6.00 54" x 54" Square Violet 6.75 6.00 54" x 54" Square Watermelon 6.75 6.00 54" x 54" Square White 6.75 6.00 6' Table Black Spandex Linen 45.00 25.00 6' Table Red Spandex Linen 45.00 25.00 6' Table Spandex Linen 45.00 25.00 60" Round Spandex Table Linen 60" Round White Spandex 25.00 60"x120" RED/WHITE Check 11.95 60"x120" Tablecloth - Amethyst 15.00 11.95 60"x120" Tablecloth - Aqua 15.00 11.95 60"x120" Tablecloth - Beige 15.00 11.95 60"x120" Tablecloth - Black 15.00 11.95 60"x120" Tablecloth - Blush 15.00 11.95 60"x120" Tablecloth - Brown 15.00 11.95 60"x120" Tablecloth - Burgundy 15.00 11.95 60"x120" Tablecloth - Burnt Orange 15.00 11.95 60"x120" Tablecloth - Camel 15.00 11.95 60"x120" Tablecloth - Canteen 15.00 11.95 60"x120" Tablecloth - Celadon 15.00 11.95 60"x120" Tablecloth - Charcoal 15.00 11.95 60"x120" Tablecloth - Cherry Red 15.00 11.95 60"x120" Tablecloth - Chevron Grey 15.00 13.00 60"x120" Tablecloth - Claret 15.00 11.95 60"x120" Tablecloth - Clover 15.00 11.95 60"x120" Tablecloth - Copper 15.00 11.95 60"x120" Tablecloth - Coral 15.00 11.95 60"x120" Tablecloth - Dark Blue 15.00 11.95 60"x120" Tablecloth - Dusty Rose 15.00 11.95 60"x120" Tablecloth - Eggplant 15.00 11.95 60"x120" Tablecloth - Flamingo 15.00 11.95 60"x120" Tablecloth - Forest 15.00 11.95 60"x120" Tablecloth - Fruit Punch 15.00 11.95 60"x120" Tablecloth - Fuchsia 15.00 11.95 60"x120" Tablecloth - Fuschia 15.00 11.95 60"x120" Tablecloth - Goldenrod 15.00 11.95 60"x120" Tablecloth - Gold 15.00 11.95 60"x120" Tablecloth - Grey 15.00 11.95 60"x120" Tablecloth - Hot Pink 15.00 11.95 60"x120" Tablecloth - Hunter 15.00 11.95 60"x120" Tablecloth - Ivory 15.00 11.95 60"x120" Tablecloth - Jade 15.00 11.95 60"x120" Tablecloth - Kelly 15.00 11.95 60"x120" Tablecloth - Khaki 15.00 11.95 60"x120" Tablecloth - Lemon 15.00 11.95 60"x120" Tablecloth - Light Blue 15.00 11.95 60"x120" Tablecloth - Light Olive 15.00 11.95 60"x120" Tablecloth - Light Pink 15.00 11.95 60"x120" Tablecloth - Lilac 15.00 11.95 60"x120" Tablecloth - Lime 15.00 11.95 60"x120" Tablecloth - Maize 15.00 11.95 60"x120" Tablecloth - Mauve 15.00 11.95 60"x120" Tablecloth - Mint 15.00 11.95 60"x120" Tablecloth - Moss 15.00 11.95 60"x120" Tablecloth - Navy 15.00 11.95 60"x120" Tablecloth - Neon Green 15.00 11.95 60"x120" Tablecloth - Neon Orange 15.00 11.95 60"x120" Tablecloth - Neon Pink 15.00 11.95 60"x120" Tablecloth - Neon Tangerine 15.00 11.95 60"x120" Tablecloth - Neon Yellow 15.00 11.95 60"x120" Tablecloth - Olive 15.00 11.95 60"x120" Tablecloth - Orange 15.00 11.95 60"x120" Tablecloth - Peach 15.00 11.95 60"x120" Tablecloth - Periwinkle 15.00 11.95 60"x120" Tablecloth - Pink 15.00 11.95 60"x120" Tablecloth - Plum 15.00 11.95 60"x120" Tablecloth - Powder Blue 15.00 11.95 60"x120" Tablecloth - Pumpkin 16.00 11.95 60"x120" Tablecloth - Purple 15.00 11.95 60"x120" Tablecloth - Raspberry 15.00 11.95 60"x120" Tablecloth - Red 15.00 11.95 60"x120" Tablecloth - Royal 15.00 11.95 60"x120" Tablecloth - Ruby 15.00 11.95 60"x120" Tablecloth - Seamist 15.00 11.95 60"x120" Tablecloth - Slate 15.00 11.95 60"x120" Tablecloth - Smoke 15.00 11.95 60"x120" Tablecloth - Sunflower 15.00 11.95 60"x120" Tablecloth - Teal 15.00 11.95 60"x120" Tablecloth - Terra Cotta 15.00 11.95 60"x120" Tablecloth - Turquoise 15.00 11.95 60"x120" Tablecloth - Violet 15.00 11.95 60"x120" Tablecloth - Watermelon 15.00 11.95 60"x120" Tablecloth - White 15.00 11.95 7 " x 108" Sash - Lamour Matte Satin Blu 3.50 7" x 108" Aqua Sash 3.00 1.00 7" x 108" Dusty Rose Sash 3.00 1.00 7" x 108" Hot Pink Sash 3.00 1.00 7" x 108" Jade Sash 3.00 1.00 7" x 108" Mauve Sash 3.00 1.00 7" x 108" Sash - Amethyst 3.00 1.00 7" x 108" Sash - Brown 3.00 1.00 7" x 108" Sash - Bubblegum 3.00 1.00 7" x 108" Sash - Burgundy 3.00 1.00 7" x 108" Sash - Burnt Orange 3.00 1.00 7" x 108" Sash - Camel 3.00 1.00 7" x 108" Sash - Canteen 3.00 1.00 7" x 108" Sash - Celadon 3.00 1.00 7" x 108" Sash - Charcoal 3.00 1.00 7" x 108" Sash - Claret 3.00 1.00 7" x 108" Sash - Clover 3.00 1.00 7" x 108" Sash - Copper 3.00 1.00 7" x 108" Sash - Coral 3.00 1.00 7" x 108" Sash - Eggplant 3.00 1.00 7" x 108" Sash - Flamingo 3.00 1.00 7" x 108" Sash - Fruit Punch 3.00 1.00 7" X 108" Sash - Fuchsia 2.00 1.00 7" x 108" Sash - Goldenrod 3.00 1.00 7" X 108" Sash - Gold 3.00 1.00 7" x 108" Sash - Grey 3.00 1.00 7" x 108" Sash - Ivory 3.00 1.00 7" x 108" Sash - Lemon 3.00 1.00 7" x 108" Sash - Light Blue 3.00 1.00 7" x 108" Sash - Light Olive 3.00 1.00 7" x 108" Sash - Light Pink 3.00 1.00 7" x 108" Sash - Lilac 3.00 1.00 7" x 108" Sash - Maize 3.00 1.00 7" x 108" Sash - Navy 1.00 7" x 108" Sash - Neon Green 3.00 1.00 7" x 108" Sash - Neon Orange 3.00 1.00 7" x 108" Sash - Neon Pink 3.00 1.00 7" x 108" Sash - Neon Tangerine 3.00 1.00 7" x 108" Sash - Neon Yellow 3.00 1.00 7" x 108" Sash - Olive 3.00 1.00 7" x 108" Sash - Orange 3.00 1.00 7" x 108" Sash - Peach 3.00 1.00 7" x 108" Sash - Periwinkle 1.00 7" x 108" Sash - Pink 3.00 1.00 7" x 108" Sash - Plum 3.00 1.00 7" x 108" Sash - Pumpkin 3.00 1.00 7" x 108" Sash - Purple 1.00 7" x 108" Sash - Raspberry SparkleOrganz 3.00 2.00 7" x 108" Sash - Raspberry 3.00 1.00 7" X 108" Sash - Royal 1.00 7" x 108" Sash - Ruby 3.00 1.00 7" x 108" Sash Satin Navy 3.00 7" x 108" Sash - Smoke 3.00 1.00 7" x 108" Sash - Sunflower 3.00 1.00 7" x 108" Sash - Terra Cotta 3.00 1.00 7" x 108" Sash - Violet 3.00 1.00 7" x 108" Sash - Watermelon 3.00 1.00 7" x 108" Sash - White 1.00 7" x 108" Sash Lime 3.00 1.00 7" x 108" Sash Red 3.00 1.00 7" x 108" Sash Satin Ivory 2.00 7" x 108" Sash Seamist 3.00 1.00 7" x 108" Sash 1.00 7" x 108" Satin Sash - Gold 3.00 7" x 108" Slate Sash 3.00 1.00 7" x 108" Teal Sash 3.00 1.00 7" x 108" Turquoise Sash 3.00 1.00 7"x108" - Black Sash 1.74 1.00 7"x108" Sash - Burlap Natural 2.00 7"x108" Sash Poly Beige 3.00 1.00 7"x108" Sash Poly Blush 3.00 1.00 7"x108" SASH POLY Gold Straight Ends 2.00 1.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 8 of 12 LINEN Sell 72 Hour WeeklyRental 7"x108" SASH POLY KHAKI 3.00 1.00 72" Round Tablecloth - Black 16.00 10.00 72" Round Tablecloth - White 16.00 10.00 72" x 72" Square Tablecloth - Neon Pink 10.00 8.00 72" x 72" Square Tablecloth - Plum 10.00 8.00 72" x 72" Square Tablecloth - Red 10.00 8.00 72" x 72" Square Tablecloth Amethyst 10.00 8.00 72" x 72" Square Tablecloth Aqua 10.00 8.00 72" x 72" Square Tablecloth Beige 10.00 8.00 72" x 72" Square Tablecloth Black 10.00 8.00 72" x 72" Square Tablecloth Blush 10.00 8.00 72" x 72" Square Tablecloth Brown 10.00 8.00 72" x 72" Square Tablecloth Burgundy 10.00 8.00 72" x 72" Square Tablecloth Burnt Orange 10.00 8.00 72" x 72" Square Tablecloth Camel 10.00 8.00 72" x 72" Square Tablecloth Canteen 10.00 8.00 72" x 72" Square Tablecloth Celadon 10.00 8.00 72" x 72" Square Tablecloth Charcoal 10.00 8.00 72" x 72" Square Tablecloth Cherry Red 10.00 8.00 72" x 72" Square Tablecloth Claret 10.00 8.00 72" x 72" Square Tablecloth Clover 10.00 8.00 72" x 72" Square Tablecloth Copper 10.00 8.00 72" x 72" Square Tablecloth Coral 10.00 8.00 72" x 72" Square Tablecloth Dark Blue 10.00 8.00 72" x 72" Square Tablecloth Dusty Rose 10.00 8.00 72" x 72" Square Tablecloth Eggplant 10.00 8.00 72" x 72" Square Tablecloth Flamingo 10.00 8.00 72" x 72" Square Tablecloth Forest 10.00 8.00 72" x 72" Square Tablecloth Fruit Punch 10.00 8.00 72" x 72" Square Tablecloth Fuchsia 10.00 8.00 72" x 72" Square Tablecloth Goldenrod 10.00 8.00 72" x 72" Square Tablecloth Gold 25.00 8.00 72" x 72" Square Tablecloth Gold 10.00 8.00 72" x 72" Square Tablecloth Grey 10.00 8.00 72" x 72" Square Tablecloth Hot Pink 10.00 8.00 72" x 72" Square Tablecloth Hunter 10.00 8.00 72" x 72" Square Tablecloth Ivory 10.00 8.00 72" x 72" Square Tablecloth Jade 10.00 8.00 72" x 72" Square Tablecloth Kelly 10.00 8.00 72" x 72" Square Tablecloth Khaki 10.00 8.00 72" x 72" Square Tablecloth Lemon 10.00 8.00 72" x 72" Square Tablecloth Light Blue 10.00 8.00 72" x 72" Square Tablecloth Light Olive 10.00 8.00 72" x 72" Square Tablecloth Light Pink 10.00 8.00 72" x 72" Square Tablecloth Lilac 10.00 8.00 72" x 72" Square Tablecloth Lime 10.00 8.00 72" x 72" Square Tablecloth Maize 10.00 8.00 72" x 72" Square Tablecloth Mauve 10.00 8.00 72" x 72" Square Tablecloth Mint 10.00 8.00 72" x 72" Square Tablecloth Moss 10.00 8.00 72" x 72" Square Tablecloth Navy 10.00 8.00 72" x 72" Square Tablecloth Neon Green 10.00 8.00 72" x 72" Square Tablecloth Neon Yellow 10.00 8.00 72" x 72" Square Tablecloth Olive 10.00 8.00 72" x 72" Square Tablecloth Orange 10.00 8.00 72" x 72" Square Tablecloth Peach 10.00 8.00 72" x 72" Square Tablecloth Periwinkle 10.00 8.00 72" x 72" Square Tablecloth Pink 10.00 8.00 72" x 72" Square Tablecloth Powder Blue 10.00 8.00 72" x 72" Square Tablecloth Pumpkin 10.00 8.00 72" x 72" Square Tablecloth Purple 10.00 8.00 72" x 72" Square Tablecloth Raspberry 10.00 8.00 72" x 72" Square Tablecloth Royal 10.00 8.00 72" x 72" Square Tablecloth Ruby 10.00 8.00 72" x 72" Square Tablecloth Seamist 10.00 8.00 72" x 72" Square Tablecloth Slate 10.00 8.00 72" x 72" Square Tablecloth Smoke 10.00 8.00 72" x 72" Square Tablecloth Sunflower 10.00 8.00 72" x 72" Square Tablecloth Teal 10.00 8.00 72" x 72" Square Tablecloth Terra Cotta 10.00 8.00 72" x 72" Square Tablecloth Turquoise 10.00 8.00 72" x 72" Square Tablecloth Violet 10.00 8.00 72" x 72" Square Tablecloth Watermelon 10.00 8.00 72" x 72" Square Tablecloth White 10.00 8.00 72" x 72" Square TC - Neon Tangerine 10.00 8.00 72" x 72" Square TC -Neon Orange 10.00 8.00 8' Bar Skirt Black 15.5" 8' Bar Skirt White 15.5" 8 ft Banjo Drape Black 8 ft Banjo Drape Raspberry 94" H, 4x4 he 8 ft Banjo Drape Red 8 ft Poly Drape Black 8 ft Poly Drape Ivory 94" H, 4x4 8 ft Poly Drape Silver 94" H, 4x4 8 ft Poly Drape White 8' Table Black Fitted Linen 45.00 25.00 8' Table Black Spandex Linen 45.00 25.00 8' Table Spandex Linen 45.00 25.00 8' Table White Spandex Linen 45.00 25.00 8" x 120" Sash 1.00 8"x120" - Black Sash 1.00 85" x 85" Square Tablecloth - Black 14.75 9.00 85" x 85" Square Tablecloth - Purple 14.75 9.00 8ft Skirt, Purple 12.50 8ft Skirt, Solid Color 12.50 90" Round Tablecloth - Amethyst 15.00 11.95 90" Round Tablecloth - Aqua 16.00 11.95 90" Round Tablecloth - Beige 16.00 11.95 90" Round Tablecloth - Black 15.00 11.95 90" Round Tablecloth - Blush 16.00 11.95 90" Round Tablecloth - Brown 16.00 11.95 90" Round Tablecloth - Burgundy 16.00 11.95 90" Round Tablecloth - Burnt Orange 16.00 11.95 90" Round Tablecloth - Camel 16.00 11.95 90" Round Tablecloth - Canteen 16.00 11.95 90" Round Tablecloth - Celadon 16.00 11.95 90" Round Tablecloth - Charcoal 15.00 11.95 90" Round Tablecloth - Cherry Red 16.00 11.95 90" Round Tablecloth - Claret 15.00 11.95 90" Round Tablecloth - Clover 16.00 11.95 90" Round Tablecloth - Copper 16.00 11.95 90" Round Tablecloth - Coral 16.00 11.95 90" Round Tablecloth - Dark Blue 15.00 11.95 90" Round Tablecloth - Dusty Rose 15.00 11.95 90" Round Tablecloth - Eggplant 15.00 11.95 90" Round Tablecloth - Extreme Crush Whi 35.45 90" Round Tablecloth - Flamingo 16.00 11.95 90" Round Tablecloth - Forest 16.00 11.95 90" Round Tablecloth - Fruit Punch 16.00 11.95 90" Round Tablecloth - Fuchsia 15.00 11.95 90" Round Tablecloth - Fuschia 15.00 11.95 90" Round Tablecloth - Glimmer Silver 50.00 90" Round Tablecloth - Goldenrod 16.00 11.95 90" Round Tablecloth - Gold 16.00 11.95 90" Round Tablecloth - Grey 15.00 11.95 90" Round Tablecloth - Hot Pink 15.00 11.95 90" Round Tablecloth - Hunter 16.00 11.95 90" Round Tablecloth - Ivory 16.00 11.95 90" Round Tablecloth - Jade 16.00 11.95 90" Round Tablecloth - Kelly 16.00 11.95 90" Round Tablecloth - Khaki 16.00 11.95 90" Round Tablecloth - Lemon 16.00 11.95 90" Round Tablecloth - Light Blue 16.00 11.95 90" Round Tablecloth - Light Olive 16.00 11.95 90" Round Tablecloth - Light Pink 15.00 11.95 90" Round Tablecloth - Lilac 15.00 11.95 90" Round Tablecloth - Lime 16.00 11.95 90" Round Tablecloth - Maize 16.00 11.95 90" Round Tablecloth - Mauve 15.00 11.95 90" Round Tablecloth - Mint 16.00 11.95 90" Round Tablecloth - Moss 16.00 11.95 90" Round Tablecloth - Navy 15.00 11.95 90" Round Tablecloth - Neon Green 15.00 11.95 90" Round Tablecloth - Neon Orange 15.00 11.95 90" Round Tablecloth - Neon Pink 15.00 11.95 90" Round Tablecloth - Neon Tangerine 15.00 11.95 90" Round Tablecloth - Neon Yellow 15.00 11.95 90" Round Tablecloth - Olive 16.00 11.95 90" Round Tablecloth - Orange 16.00 11.95 90" Round Tablecloth - Peach 16.00 11.95 90" Round Tablecloth - Periwinkle 15.00 11.95 90" Round Tablecloth - Pink 15.00 11.95 90" Round Tablecloth - Plum 15.00 11.95 90" Round Tablecloth - Powder Blue 15.00 11.95 90" Round Tablecloth - Pumpkin 16.00 11.95 90" Round Tablecloth - Purple 15.00 11.95 90" Round Tablecloth - Raspberry 15.00 11.95 90" Round Tablecloth - RED/WHITE Check 11.95 90" Round Tablecloth - Red 16.00 11.95 90" Round Tablecloth - Royal 15.00 11.95 90" Round Tablecloth - Ruby 16.00 11.95 90" Round Tablecloth - Seamist 16.00 11.95 90" Round Tablecloth - Slate 15.00 11.95 90" Round Tablecloth - Smoke 15.00 11.95 90" Round Tablecloth - Sunflower 16.00 11.95 90" Round Tablecloth - Teal 16.00 11.95 90" Round Tablecloth - Terra Cotta 16.00 11.95 90" Round Tablecloth - Turquoise 16.00 11.95 90" Round Tablecloth - Violet 16.00 11.95 90" Round Tablecloth - Watermelon 16.00 11.95 90" Round Tablecloth - White 15.00 11.95 90" Round Tablecloth Satin - Gold 28.75 90" Umbrella Tablecloth Red/White Check 11.95 90" x 132" Tablecloth - Cabana Red 30.92 22.00 90" x 90" Burlap 25.75 90" x 90" Square - Burnt Orange 14.75 10.00 90" x 90" Square - Light Olive 14.75 10.00 90" x 90" Square - Terra Cotta 14.75 10.00 90" x 90" Square Organza Gold 16.25 90" x 90" Square Organza Silver 20.73 16.25 90" x 90" Square Organza White 16.25 90" x 90" Square Satin Gold 25.50 90" x 90" Square Tablecloth - Amethyst 14.75 10.00 90" x 90" Square Tablecloth - Aqua 14.75 10.00 90" x 90" Square Tablecloth - Beige 14.75 10.00 90" x 90" Square Tablecloth - Black 14.75 10.00 90" x 90" Square Tablecloth - Blush 14.75 10.00 90" x 90" Square Tablecloth - Brown 14.75 10.00 90" x 90" Square Tablecloth - Burgundy 14.75 10.00 90" x 90" Square Tablecloth - Camel 14.75 10.00 90" x 90" Square Tablecloth - Canteen 14.75 10.00 90" x 90" Square Tablecloth - Celadon 14.75 10.00 90" x 90" Square Tablecloth - Charcoal 14.75 10.00 90" x 90" Square Tablecloth - Cherry Red 14.75 10.00 90" x 90" Square Tablecloth - Claret 14.75 10.00 90" x 90" Square Tablecloth - Clover 14.75 10.00 90" x 90" Square Tablecloth - Copper 14.75 10.00 90" x 90" Square Tablecloth - Coral 14.75 10.00 90" x 90" Square Tablecloth - Dark Blue 10.00 90" x 90" Square Tablecloth - Eggplant 14.75 10.00 90" x 90" Square Tablecloth - Flamingo 14.75 10.00 90" x 90" Square Tablecloth - Forest 14.75 10.00 90" x 90" Square Tablecloth - Fuchsia 10.00 90" x 90" Square Tablecloth - Goldenrod 10.00 90" x 90" Square Tablecloth - Gold 14.75 10.00 90" x 90" Square Tablecloth - Grey 10.00 90" x 90" Square Tablecloth - Hot Pink 14.75 10.00 90" x 90" Square Tablecloth - Hunter 14.75 10.00 90" x 90" Square Tablecloth - Ivory 14.75 10.00 90" x 90" Square Tablecloth - Kelly 14.75 10.00 90" x 90" Square Tablecloth - Khaki 14.75 10.00 90" x 90" Square Tablecloth - Lemon 14.75 10.00 90" x 90" Square Tablecloth - Light Blue 14.75 10.00 90" x 90" Square Tablecloth - Lilac 14.75 10.00 90" x 90" Square Tablecloth - Lime 14.75 10.00 90" x 90" Square Tablecloth - Maize 14.75 10.00 90" x 90" Square Tablecloth - Mint 14.75 10.00 90" x 90" Square Tablecloth - Moss 14.75 10.00 90" x 90" Square Tablecloth - Navy 10.00 90" x 90" Square Tablecloth - Neon Green 14.75 10.00 90" x 90" Square Tablecloth - Neon Pink 14.75 10.00 90" x 90" Square Tablecloth - Olive 14.75 10.00 90" x 90" Square Tablecloth - Orange 14.75 10.00 90" x 90" Square Tablecloth - Peach 14.75 10.00 90" x 90" Square Tablecloth - Pixie Dust 14.75 10.00 90" x 90" Square Tablecloth - Plum 14.75 10.00 90" x 90" Square Tablecloth - Pumpkin 14.75 10.00 90" x 90" Square Tablecloth - Purple 14.75 10.00 90" x 90" Square Tablecloth - Raspberry 14.75 10.00 90" x 90" Square Tablecloth - Red 14.75 10.00 90" x 90" Square Tablecloth - Royal 10.00 90" x 90" Square Tablecloth - Ruby 14.75 10.00 90" x 90" Square Tablecloth - Seamist 14.75 10.00 90" x 90" Square Tablecloth - Smoke 14.75 10.00 90" x 90" Square Tablecloth - Sunflower 14.75 10.00 90" x 90" Square Tablecloth - Turquoise 10.00 90" x 90" Square Tablecloth - Violet 14.75 10.00 90" x 90" Square Tablecloth - Watermelon 14.75 10.00 90" x 90" Square Tablecloth - White 14.75 10.00 90" x 90" Square TC - Neon Orange 14.75 10.00 90" x 90" Square TC - Neon Tangerine 14.75 10.00 90" x 90" Square TC - Neon Yellow 14.75 10.00 90" x 90" Tablecloth - Cabana Blk / Wht 36.81 25.00 90" x 90" Tablecloth - Champagne Blush 36.81 25.00 90" x 90" Tablecloth - Light Pink 10.00 90" x 90" Tablecloth - Pink 10.00 90"x132" Tablecloth - Amethyst 21.00 14.95 90"x132" Tablecloth - Aqua 22.00 14.95 90"x132" Tablecloth - Beige 22.00 14.95 90"x132" Tablecloth - Black 21.00 14.95 90"x132" Tablecloth - Blush 22.00 14.95 90"x132" Tablecloth - Brown 22.00 14.95 90"x132" Tablecloth - Burgundy Stripe 22.00 14.95 90"x132" Tablecloth - Burgundy 22.00 14.95 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 9 of 12 LINEN Sell 72 Hour WeeklyRental 90"x132" Tablecloth - Burnt Orange 22.00 14.95 90"x132" Tablecloth - Camel 22.00 14.95 90"x132" Tablecloth - Canteen 22.00 14.95 90"x132" Tablecloth - Celadon 22.00 14.95 90"x132" Tablecloth - Charcoal 21.00 14.95 90"x132" Tablecloth - Cherry Red 22.00 14.95 90"x132" Tablecloth - Claret 21.00 14.95 90"x132" Tablecloth - Clover 22.00 14.95 90"x132" Tablecloth - Copper 22.00 14.95 90"x132" Tablecloth - Coral 22.00 14.95 90"x132" Tablecloth - Dark Blue 21.00 14.95 90"x132" Tablecloth - Dusty Rose 21.00 14.95 90"x132" Tablecloth - Eggplant 21.00 14.95 90"x132" Tablecloth - Flamingo 22.00 14.95 90"x132" Tablecloth - Forest 22.00 14.95 90"x132" Tablecloth - Fruit Punch 22.00 14.95 90"x132" Tablecloth - Fuchsia 21.00 14.95 90"x132" Tablecloth - Fuschia 21.00 14.95 90"x132" Tablecloth - Glimmer Navy 65.99 95.00 90"x132" Tablecloth - Goldenrod 22.00 14.95 90"x132" Tablecloth - Gold 22.00 14.95 90"x132" Tablecloth - Grey 21.00 14.95 90"x132" Tablecloth - Hot Pink 21.00 14.95 90"x132" Tablecloth - Hunter 22.00 14.95 90"x132" Tablecloth - Ivory 22.00 14.95 90"x132" Tablecloth - Jade 22.00 14.95 90"x132" Tablecloth - Kelly 22.00 14.95 90"x132" Tablecloth - Khaki 21.00 14.95 90"x132" Tablecloth - Lemon 22.00 14.95 90"x132" Tablecloth - Light Blue 22.00 14.95 90"x132" Tablecloth - Light Olive 22.00 14.95 90"x132" Tablecloth - Light Pink 21.00 14.95 90"x132" Tablecloth - Lilac 21.00 14.95 90"x132" Tablecloth - Lime 22.00 14.95 90"x132" Tablecloth - Maize 22.00 14.95 90"x132" Tablecloth - Mauve 21.00 14.95 90"x132" Tablecloth - Mint 22.00 14.95 90"x132" Tablecloth - Moss 22.00 14.95 90"x132" Tablecloth - Navy 21.00 14.95 90"x132" Tablecloth - Neon Green 21.00 14.95 90"x132" Tablecloth - Neon Orange 21.00 14.95 90"x132" Tablecloth - Neon Pink 21.00 14.95 90"x132" Tablecloth - Neon Tangerine 21.00 14.95 90"x132" Tablecloth - Neon Yellow 21.00 14.95 90"x132" Tablecloth - Olive 22.00 14.95 90"x132" Tablecloth - Orange 22.00 14.95 90"x132" Tablecloth - Peach 22.00 14.95 90"x132" Tablecloth - Periwinkle 21.00 14.95 90"x132" Tablecloth - Pink 21.00 14.95 90"x132" Tablecloth - Plum 21.00 14.95 90"x132" Tablecloth - Powder Blue 21.00 14.95 90"x132" Tablecloth - Pumpkin 22.00 14.95 90"x132" Tablecloth - Purple 21.00 14.95 90"x132" Tablecloth - Raspberry 21.00 14.95 90"x132" Tablecloth - Red 22.00 14.95 90"x132" Tablecloth - Robins Egg 22.00 14.95 90"x132" Tablecloth - Royal 21.00 14.95 90"x132" Tablecloth - Ruby 22.00 14.95 90"x132" Tablecloth - Seamist 22.00 14.95 90"x132" Tablecloth - Slate 21.00 14.95 90"x132" Tablecloth - Smoke 21.00 14.95 90"x132" Tablecloth - Sunflower 22.00 14.95 90"x132" Tablecloth - Teal 22.00 14.95 90"x132" Tablecloth - Terra Cotta 22.00 14.95 90"x132" Tablecloth - Turquoise 22.00 14.95 90"x132" Tablecloth - Violet 22.00 14.95 90"x132" Tablecloth - Watermelon 22.00 14.95 90"x132" Tablecloth - White 21.00 14.95 90"x132" Tablecloth Extreme Crush Silver 47.88 90"x156" Tablecloth - Amethyst 25.00 15.95 90"x156" Tablecloth - Aqua 26.00 15.95 90"x156" Tablecloth - Beige 26.00 15.95 90"x156" Tablecloth - Black Satin 28.75 90"x156" Tablecloth - Black 25.00 15.95 90"x156" Tablecloth - Blush 26.00 15.95 90"x156" Tablecloth - Brown 26.00 15.95 90"x156" Tablecloth - Burgundy 26.00 15.95 90"x156" Tablecloth - Burnt Orange 26.00 15.95 90"x156" Tablecloth - Camel 26.00 15.95 90"x156" Tablecloth - Canteen 26.00 15.95 90"x156" Tablecloth - Celadon 26.00 15.95 90"x156" Tablecloth - Champagne Crush 25.00 15.95 90"x156" Tablecloth - Charcoal 25.00 15.95 90"x156" Tablecloth - Cherry Red 26.00 15.95 90"x156" Tablecloth - Claret 25.00 15.95 90"x156" Tablecloth - Clover 26.00 15.95 90"x156" Tablecloth - Copper 26.00 15.95 90"x156" Tablecloth - Coral 26.00 15.95 90"x156" Tablecloth - Dark Blue 25.00 15.95 90"x156" Tablecloth - Dusty Rose 25.00 15.95 90"x156" Tablecloth - Eggplant 25.00 15.95 90"x156" Tablecloth - Flamingo 26.00 15.95 90"x156" Tablecloth - Forest 26.00 15.95 90"x156" Tablecloth - Fruit Punch 26.00 15.95 90"x156" Tablecloth - Fuchsia 25.00 15.95 90"x156" Tablecloth - Fuschia 25.00 15.95 90"x156" Tablecloth - Glimmer Navy 74.99 105.00 90"x156" Tablecloth - Glimmer Rose Gold 85.00 90"x156" Tablecloth - Glimmer Silver 105.00 90"x156" Tablecloth - Goldenrod 26.00 15.95 90"x156" Tablecloth - Gold 26.00 15.95 90"x156" Tablecloth - Grey 25.00 15.95 90"x156" Tablecloth - Hot Pink 25.00 15.95 90"x156" Tablecloth - Hunter 26.00 15.95 90"x156" Tablecloth - Ivory 26.00 15.95 90"x156" Tablecloth - Jade 26.00 15.95 90"x156" Tablecloth - Kelly 26.00 15.95 90"x156" Tablecloth - Khaki 26.00 15.95 90"x156" Tablecloth - Lemon 26.00 15.95 90"x156" Tablecloth - Light Blue 26.00 15.95 90"x156" Tablecloth - Light Olive 26.00 15.95 90"x156" Tablecloth - Light Pink 25.00 15.95 90"x156" Tablecloth - Lilac 25.00 15.95 90"x156" Tablecloth - Lime 26.00 15.95 90"x156" Tablecloth - Maize 26.00 15.95 90"x156" Tablecloth - Mauve 25.00 15.95 90"x156" Tablecloth - Mint 26.00 15.95 90"x156" Tablecloth - Moss 26.00 15.95 90"x156" Tablecloth - Navy 25.00 15.95 90"x156" Tablecloth - Neon Green 25.00 15.95 90"x156" Tablecloth - Neon Orange 25.00 15.95 90"x156" Tablecloth - Neon Pink 25.00 15.95 90"x156" Tablecloth - Neon Tangerine 25.00 15.95 90"x156" Tablecloth - Neon Yellow 25.00 15.95 90"x156" Tablecloth - Olive 26.00 15.95 90"x156" Tablecloth - Orange 26.00 15.95 90"x156" Tablecloth - Peach 26.00 15.95 90"x156" Tablecloth - Periwinkle 25.00 15.95 90"x156" Tablecloth - Pink 25.00 15.95 90"x156" Tablecloth - Plum 25.00 15.95 90"x156" Tablecloth - Powder Blue 25.00 15.95 90"x156" Tablecloth - Pumpkin 26.00 15.95 90"x156" Tablecloth - Purple 25.00 15.95 90"x156" Tablecloth - Raspberry 25.00 15.95 90"x156" Tablecloth - Red 26.00 15.95 90"x156" Tablecloth - Robins Egg 26.00 15.95 90"x156" Tablecloth - Royal Satin 28.75 90"x156" Tablecloth - Royal 25.00 15.95 90"x156" Tablecloth - Ruby 26.00 15.95 90"x156" Tablecloth - Seamist 26.00 15.95 90"x156" Tablecloth - Slate 25.00 15.95 90"x156" Tablecloth - Smoke 25.00 15.95 90"x156" Tablecloth - Sunflower 26.00 15.95 90"x156" Tablecloth - Teal 26.00 15.95 90"x156" Tablecloth - Terra Cotta 26.00 15.95 90"x156" Tablecloth - Turquoise 26.00 15.95 90"x156" Tablecloth - Violet 26.00 15.95 90"x156" Tablecloth - Watermelon 26.00 15.95 90"x156" Tablecloth - White 25.00 15.95 90"x90" Square Matte Silver Tablecloth 10.00 Blush Spandex Banquet Chair Cover 3.00 Chair Cover - Banquet Chair 2.50 Chair Cover - Folding Chair 2.50 LINENS Organza table covering 90"16.25 Pole Leg Drapes with Ties 15.00 Spandex Chair Cover 3.00 Stage Skirting per foot 1.50 LINEN PriceRetail Chiavari Chair Jacket Bride 25.00 Retail Chiavari Chair Jacket Groom 25.00 Retail Kwik-Cover, Black 30" Round 5.00 Retail Kwik-Cover, Black 60" Round 5.00 Retail Kwik-Cover, Black 6ft 7.50 Retail Kwik-Cover, Black 8ft 7.50 Retail Kwik-Cover, Blue 6ft 7.50 Retail Kwik-Cover, Blue 8ft 7.50 Retail Kwik-Cover, Blue/White 6ft 7.50 Retail Kwik-Cover, Blue/White 8ft 7.50 Retail Kwik-Cover, Gold 8ft 7.50 Retail Kwik-Cover, Green 6ft 7.50 Retail Kwik-Cover, Green 8ft 7.50 Retail Kwik-Cover, Maroon 6ft 7.50 Retail Kwik-Cover, Maroon 8ft 7.50 Retail Kwik-Cover, Orange 48" RD Umbrella 5.00 Retail Kwik-Cover, Pink 6ft 7.50 Retail Kwik-Cover, Pink 8ft 7.50 Retail Kwik-Cover, Purple 48" RD Umbrella 5.00 Retail Kwik-Cover, Purple 6ft 7.50 Retail Kwik-Cover, Purple 8ft 7.50 Retail Kwik-Cover, Red 48" RD Umbrella 5.00 Retail Kwik-Cover, RED 6ft 7.50 Retail Kwik-Cover, RED 8ft 7.50 Retail Kwik-Cover, RED/White 6ft 7.50 Retail Kwik-Cover, Red/White 8ft 7.50 Retail Kwik-Cover, White 30" Round 5.00 Retail Kwik-Cover, White 36" Round 5.00 Retail Kwik-Cover, White 48" RD Umbrella 5.00 Retail Kwik-Cover, White 60" Round 5.00 Retail Kwik-Cover, WHITE 6Ft 7.50 Retail Kwik-Cover, White 8ft 7.50 Retail Kwik-Cover, Yellow 48" RD Umbrella 5.00 Retail Kwik-Cover, Yellow 8ft 7.50 Retail MISC. Sell 72 Hour WeeklyRental 16" PVC Table Extension 2.00 Armless Center Chair 250.00 129.00 Beverage Tub Round 15.00 Blue Corn Hole Bean Bag Cable Cover 10.00 Can Smash 20.00 Corn Hole Set Wood 24.95 Dunk Tank 350 Gal 175.00 Event Flooring Dura-Trac per sf 1.50 Game Badminton 20.00 Game Connect 4 Large 24.95 Games Hi Stryker Small 25.00 Games Tic Tac Toe insert 20.00 Giant Chess Storage Bag Giant Outdoor Checkers Game 250.00 150.00 Giant Outdoor Chess Game 520.00 150.00 Giant Yardzee Game 25.00 Isle Runner Red Carpet 3'x50'50.00 Jenga Live Size 20.00 Left Corner Lounge Chair 250.00 149.00 Lifetime Picnic Table - Foldable Plastic 175.00 Lounge Chair 179.00 Mr. and Mrs. Cornhole game 35.00 MultiColor Castle Combo Slide 13X22X15 200.00 Ottoman White 200.00 119.00 Permit Fee Raffel Barrel 15.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 10 of 12 MISC. Sell 72 Hour WeeklyRental Red & Blue Arch Castle 15X15X15 1573.50 150.00 Red Corn Hole Bean Bag Right Corner Lounge Chair 250.00 149.00 Santa Sleigh Life Size 150.00 Server/Bartender Traffic Cones 5.00 Trailer Enclosed 4X8 40.00 Trailer Enclosed Large 7x16 40.00 Travel Trailer 30' Colman 500.00 WaterMonster 250.00 White Lounge Loveseat 250.00 MISC. PriceRetail Custom Block Cover Retail DAMAGED/MISSING ITEM FEE Retail Gable End Prnts Retail Lull Lift Rental Retail TENT SALE Retail OUTDOOR COOKING EQUIPMENT Sell 72 Hour WeeklyRental Grill Portable Charcoal 50.00 Grill Portable Propane 250.00 149.00 Grill Towable Charcoal 135.00 PORTABLE RESTROOM Sell 72 Hour WeeklyRental Deluxe Portable Restroom Unit 80.00 PORTABLE RESTROOM TRAILERS Sell 72 Hour WeeklyRental 8'X6' Two Stall Restroom Trailer 25000.00 600.00 Deluxe Compact Restroom Trailer 6 Stall 1,200.00 SPECIALTY PRODUCTS Sell 72 Hour WeeklyRental LED Bar 195.00 Mister 135.00 Patio Furniture - 4PC Set 350.00 Rollaway bed 35.00 50.00 Whiskey Barrel Bar 250.00 Whiskey Barrel with 36" Round top 75.00 White Cupcake Stand 100.00 20.00 STAGE Sell 72 Hour WeeklyRental 12' x 12' Stage Bil Jax 270.00 12' x 16' Stage Bil Jax 360.00 12' x 24' Stage Bil Jax 540.00 12x16 Stage 360.00 12x24 Stage 540.00 12x32 Stage 720.00 16x16 Stage 480.00 16x20 Stage 600.00 16x24 Stage 720.00 20' x 20' Stage Bil Jax 750.00 20x24 Stage 900.00 24x24 Stage 1,080.00 3 Step Stage Stairs 25.00 75.00 4' x 4' Stage Bil Jax 35.00 4x4 BilJax Stage Sections 125.00 30.00 4x4 Intelli stage carpeted 35.00 4x8 Stage 60.00 8' x 16' Stage Bil Jax 240.00 8x12 Stage 180.00 8x16 Stage 240.00 8x20 Stage 300.00 8x24 Stage 360.00 8x8 Stage 120.00 Inteli Stage Stair one step 20.00 Stage Ramp 250.00 TABLE Sell 72 Hour WeeklyRental 30" Round High Top Bistro 10.00 20.00 30" Round Low Bistro Table 8.00 16.00 30X10 Tent Gable 900.00 32" Round Cocktail Table Plastic 10.00 36" Round High Top Bistro Table 10.00 20.00 36" Round Low Bistro Table 8.00 16.00 36" Round Table 100.00 8.00 16.00 4' x 8' Feast Table 18.00 48" Round Serpentine Table 11.00 22.00 48" Round Table 100.00 8.00 16.00 48" Round Umbrella Table 8.00 48" Umbrella Table 8.00 4'X4' Square Wood Table 12.00 5ft Plastic Table 6.50 13.00 6' Kids Plastic Table Blue 10.00 6' Kids Plastic Table Red 10.00 6' Kids Wood Table 10.00 6' x 30" Wood Folding Table 100.00 8.00 30.00 60" Round Folding Table 100.00 10.00 18.00 60" Round Table Serpentine 11.00 60" Round Umbrella Table 10.00 60"X60" Square Table 15.00 60X20 Tent Gable End 3,200.00 6'x18" Conference Table 8.00 72" Round Folding Table 135.00 11.00 20.00 8' x 30" Wood Folding Table 125.00 8.95 24.00 8'x18" Conference Table 51.00 8.00 Farm Table 8'X40" Rustic 295.00 59.95 Fill 'N Chill Party Table 6'29.99 Gulf Coast Bistro 30" Round High Top 10.00 20.00 Gulf Coast Bistro 30" Round Low 8.00 16.00 Gulf Coast Bistro 36" Round High Top 10.00 20.00 Gulf Coast Bistro 36" Round Low 8.00 16.00 Half Moon 60" Round Table 12.00 Little Fill 'N Chill Party Table 4'19.95 Plastic 6' X 30" Banquet Table 8.00 Plastic 60" Round Table 9.50 Plastic 8' X 30' Banquet Table 8.95 Side Table Black 20.00 Side Table White 20.00 Umbrella for Table 35.00 Wood Picnic Table 175.00 175.00 TENT Sell 72 Hour WeeklyRental 10 x 10 Frame Tent 110.00 250.00 10 X 10 Pinnacle Tent 125.00 10 x 10 Pop up Tent 399.00 60.00 10 x 10 White High Peak 110.00 210.00 10 X 100 Frame Tent 1,000.00 10 x 120 Framte Tent 1,200.00 10 x 130 Framte Tent (15' Perimeter)1,300.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 11 of 12 TENT Sell 72 Hour WeeklyRental 10 x 130 Framte Tent 1,300.00 10 x 15 Frame Tent 150.00 10 x 150 Frame Tent 1,500.00 10 X 170 Frame Tent 1,300.00 10 X 170 Frame Tent 13.00 10 x 20 Frame Tent 1-Piece 185.00 344.00 10 x 20 Frame Tent 185.00 344.00 10 x 20 Pop Up Tent 75.00 10 X 200 Frame Tent (15' Perimeter)2,000.00 10 X 200 Frame Tent 2,000.00 10 x 230 Frame Tent 2,300.00 10 X 250 Frame Tent (15' perimeter)1,000.00 10 X 250 Frame Tent 2,500.00 10 x 260 Frame Tent 2,600.00 10 X 290 Frame Tent 3,190.00 10 x 30 Frame Tent 280.00 10 x 40 Frame - 4PC 360.00 10 X 40 Frame Tent 360.00 10 X 470 Frame Tent (15' Perimeter)4,700.00 10 X 470 Frame Tent 4,700.00 10 x 50 Frame Tent 500.00 10 x 60 Frame Tent 600.00 10 X 70 Frame Tent 700.00 10 X 80 Frame Tent 800.00 100 X 200 Pole Tent 10,000.00 100X120 Pole Tent 12,000.00 10X50 Frame Tent 500.00 15 x 15 Frame Tent 185.00 15 x 15 Pinnacle 185.00 15 x 15 White High Peak 185.00 300.00 15 x 20 Frame Tent 246.00 15 x 30 Frame Tent 336.00 15 X 30 High Peak Tent 336.00 15 x 45 Frame Tent 375.00 15 X 45 High Peak Tent 520.00 15 x 60 Frame Tent 550.00 15 X 60 Frame Tent 580.00 20 X 100 Frame Tent 995.00 20 x 110 Frame Tent 1,195.00 2400.00 20 x 120 Frame Tent 1,195.00 2400.00 20 x 130 Frame Tent 1,560.00 20 x 140 Frame Tent 20 x 160 Frame Tent 1,980.00 20 x 170 Frame Tent 2,040.00 20 x 180 Frame Tent 1,900.00 20 x 20 Frame 1 Piece 235.00 450.00 20 x 20 Frame Tent w 20' Gaps 235.00 450.00 20 x 20 Frame Tent 235.00 450.00 20 x 20 White High Peak 275.00 20 x 210 Frame Tent 2,500.00 20 x 250 Frame Tent 20 x 30 Frame Tent w 15' Gaps 350.00 630.00 20 x 30 Frame Tent 395.00 630.00 20 x 30 Gable Keder Tent 350.00 630.00 20 x 30 Keder Tent 350.00 630.00 20 x 40 Frame Tent w/ 20' Gaps 450.00 800.00 20 x 40 Frame Tent Yellow/White 1 Piece 450.00 800.00 20 x 40 Frame Tent 495.00 800.00 20 x 40 Gable Keder Tent 450.00 800.00 20 x 40 Keder Tent 450.00 800.00 20 x 50 Frame Tent 595.00 950.00 20 x 60 Frame Tent w 20' Gaps 595.00 1200.00 20 x 60 Frame Tent 695.00 1200.00 20 x 60 Gable Keder Tent 675.00 1250.00 20 x 70 Frame Tent 750.00 1400.00 20 x 80 Frame Tent 795.00 1600.00 20 x 90 Frame Tent 895.00 1800.00 30 x 100 Frame Tent w/10' Mids 1,800.00 30 x 100 Frame Tent w/15' Mids 1,800.00 30 x 120 Frame Tent 2,160.00 30 x 30 Clear Top Keder Tent 575.00 630.00 30 x 30 Frame Tent 575.00 900.00 30 x 30 Green and White Frame Tent 575.00 900.00 30 x 30 Pole Tent 550.00 1150.00 30 x 40 Clear Top Keder Tent 350.00 630.00 30 x 40 Frame Tent 720.00 30 x 45 Frame Tent 775.00 1115.00 30 x 45 Green and White Frame Tent 775.00 1150.00 30 x 50 Clear Top Keder Tent 350.00 630.00 30 x 50 Frame Tent 900.00 30 x 60 Frame Tent 1,025.00 2190.00 30 x 60 Green and White Frame Tent 1,025.00 2190.00 30 x 70 Frame Tent 1,260.00 2520.00 30 x 75 Green and White Frame Tent 1,125.00 2250.00 30 X 80 Frame Tent 1,440.00 30 x 90 Frame Tent 1,620.00 40 x 100 Keder Tent 2,000.00 40 x 115 Keder Tent 2,300.00 40 x 130 Keder Tent 2,600.00 40 X 175 Keder Tent 4,550.00 40 x 40 Keder Tent 980.00 40 x 55 Keder Tent 1,100.00 40 x 70 Keder Tent 1,400.00 40 x 85 Keder Tent 1,700.00 40X60 Keder Gable Ends 48.00 50 x 100 Keder Tent 2,500.00 50X20 Gable End Tent 2,000.00 60 X 120 Pole Tent 3,000.00 60 X 150 Pole Tent 4,500.00 60 X 180 Pole Tent 5,400.00 60 x 210 Pole Tent 6,000.00 60 X 60 Pole Tent 1,750.00 60 x 90 Pole Tent 2,395.00 80X140 Pole Tent 8,400.00 80X190 Tent 9,120.00 Losberger 15m x 15m x 4m (50'x50'x 13')3,675.00 Losberger 15m x 30m x 4m (50'x98'x 13')7,350.75 Losberger 20m x 15m x 4m (66'x50'x 13')4,900.00 Losberger 20m x 20m x 4m (66'x66'x 13')6,534.00 Losberger 20m x 25m x 4m (66'x82'x 13')8,167.50 Losberger 20m x 30m x 4m (66'x98'x 13')9,801.00 Losberger 20M x 35m x 4m (66'x112'x13')8,870.40 Losberger 20m x 35m x 4m (66'x115'x 13')11,434.50 Losberger 20m x 40m x 4m (66'x132'x 13')13,068.00 Losberger 20m x 45m x 4m (66'x148'x 13')14,701.50 Losberger 20m x 50m x 4m (66'x165'x 13')16,335.00 Losberger 20m x 55m x 4m (66'x180'x 13')17,820.00 Losberger 25M x 10M Band Shell 20942.80 4,500.00 Losberger 25m x 35m x 4m (82'x115'x 13')14,293.13 Losberger 25m x 40m x 4m (82'x131'x 13')16,335.00 Losberger 6m x 12m x 3m 27,000.00 TENT ACCESSORIES Sell 72 Hour WeeklyRental 10' High Peak Gutter 15' High Peak Gutter 20' Frame Gutter 30' Frame Gutter 40' Frame Gutter 4m x 5m Sidewalls White Blackout 100.00 60' Frame Gutter 120.00 Block Cover 20" x 20" x 12"2.00 Block Cover 52" x 26" x 18"2.00 Block n Roll with Upright 45.00 Block n Roll 20.00 Center Pole Drape White Double Glass Door 72" X 80" 2500.00 500.00 Fire Package 25.00 40.00 Tent Banner Pole 3.00 Tent Liner 20 x 20 tent 200.00 Tent Liner 30 x 50 tent 900.00 Tent Liner 30 x 70 tent 1,260.00 Tent Liner 60 x 60 Single Pole Tent 1,800.00 TENT Parts Sell 72 Hour WeeklyRental 15',3" Pinnacle Pole Tension Belt for Gable Cover Wire Cable Angle P3N - Single 716293 TENT Parts PriceRetail Pole Covers per Sq. Ft. 0.12 Retail TENT SIDEWALL Sell 72 Hour WeeklyRental 10' x 10' High Solid Sidewalls 40.00 10' x 15' High Solid Sidewalls 40.00 10' x 20' Cathedral Sidewall 40.00 10' x 20' High Solid Sidewalls 170.10 40.00 7' x 10' White Solid Sidewall 7' x 15' White Solid Sidewall 7' x 20' White Solid Sidewall 7' x 30' White Solid Sidewall 7' x 36' White Solid Sidewall 8' x 20' Cathedral Sidewall 120.00 30.00 60.00 8' x 20' Clear Sidewall 120.00 60.00 8' x 20' White Solid Sidewall 130.00 20.00 40.00 8' x 30' Cathedral Sidewall 45.00 90.00 8' x 30' White Solid Sidewall 30.00 60.00 8' x 40' Cathedral Sidewall 60.00 120.00 8' x 40' White Solid Sidewall 40.00 80.00 Blue Sidewall 8' x 30' Green Sidewall 8' x 15' Keder Sidewall 8' x 10' Solid Door C/O 25.00 Keder Sidewall 8' x 15' Cathedral 30.00 Keder Sidewall 8' x 15' Solid 1 piece 30.00 Keder Sidewall 8' x 15' Solid Door C/O 30.00 Keder Sidewall 8' x 15' Solid 20.00 Keder Sidewall 8' x 20' Cathedral Door 45.00 Keder Sidewall 8' x 20' Cathedral 50.00 Keder Sidewall 8' x 20' Solid 40.00 Keder Sidewall 8'x 20' Solid Door C/O 40.00 Purple Sidewall 8' x 15' TENT Vinyl Sell 72 Hour WeeklyRental 20 x 40 Yellow/White 1 Piece Top TENT Vinyl PriceRetail Custom Vinyl Order 1.00 Retail TOOLS & HARDWARE Sell 72 Hour WeeklyRental Generator 2.8 kW 85.00 Generator 7000KW 85.00 Hex Key TRADE SHOW Sell 72 Hour WeeklyRental 3' Upright slip fit 1" Chrome Stanchion 60.00 6.95 Easels 12.00 Pipe & Drape Per the Foot 6.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Price List - Standard May 2019 - Prices subject to change without notice. Page 12 of 12 TRADE SHOW Sell 72 Hour WeeklyRental Podium - Acrylic Clear 89.00 Podium with Microphone & Speaker 75.00 Podium Wood Electric 75.00 Stackable Stanchion Black Powder coated 25.00 Stanchion Rope - Red 32.50 3.75 Stanchion Rope Black 4.25 VIP Black Runner Carpet 4'x25' 218.78 65.00 VIP Red Carpet 6' wide 90' long 775.00 VIP Red Runner Carpet 4'x25' 216.00 65.00 VIP Red Runner Carpet 6'x12'120.00 VIP White Runner Carpet 4' x 15'135.00 WEDDING ACCESSORIES Sell 72 Hour WeeklyRental 17" Round Embossed Vintage Cake Stand 185.00 35.00 18" Rd Diamond Round Cake Stand - Gold 185.00 35.00 18" Rd Diamond Round Cake Stand - White 185.00 35.00 Bamboo Arch Setup 200.00 Bamboo Wedding Arch 150.00 Belham 6.5' Wood Tunnel Arch 150.00 Cape Winds Archway Fruitwood 722.40 75.00 Cape Winds Archway White 602.00 75.00 Custom Made Centerpiece 75.00 30.00 Half Whiskey Barrel 30.00 Isle Runner White 75'75.00 Roman Balustrade Rail Pair 48"30.00 Roman Colonnade Arch 18x7 Roman Colonnade Top/Base Roman Column 24" Pair 20.00 Roman Column 32" Pair 25.00 Roman Column 40" Pair 30.00 Roman Column 48" Pair 35.00 Roman Column 72" pair 35.00 Roman Plant Urns Pair 20.00 Round Cake Stand Silver Large 20"29.95 Round Cake Stand Silver Medium 18"24.95 Round Cake Stand Silver Small 15"19.95 Square Cake Stand Silver Large 20"29.95 Square Cake Stand Silver Medium 18"24.95 Square Cake Stand Silver Small 15"19.95 Whiskey Barrel 200.00 60.00 PriceListBySpecialRate.3Column.rpt Printed on Tue 5/28/2019 9:59:25AM Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6492 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 9.11 SUBJECT/RECOMMENDATION: Approve a three-year agreement and Work Order to Wright-Pierce, Inc., in the amount of $1,640,880, for Wastewater Collection System Flow Monitoring Services (19-0024-UT) and authorize the appropriate officials to execute same. SUMMARY: February 22, 2019, Request for Qualifications (RFQ 23-19) was issued seeking a consulting firm to provide Wastewater Collection System Flow Monitoring Services with the goal to identify areas of Inflow and Infiltration (I&I) requiring remediation. I&I flows increase sanitary sewer transmission and treatment costs as well as contribute to sanitary sewer overflows. In April, the RFQ selection committee, consisting of representatives from the Public Utilities and Engineering departments, met after independent review to discuss their ranking of the consulting firms that submitted qualifications. Subsequently, the Selection Committee shortlisted two consulting firms for interviews. The two consulting firms completed oral presentations in May, and the selection committee chose Wright-Pierce, Inc., to perform the Wastewater Collection System Flow Monitoring, including data analysis and reporting, for a 36-month period with the goal of helping the City reduce I&I. The City of Clearwater’s Public Utilities Department is responsible for owning, operating and maintaining the Wastewater Collection System. APPROPRIATION CODE AND AMOUNT: 3217321-530100-96212 $1,640,880 Funds are available in capital improvement project 96212, Sanitary Sewer Upgrade/Improvements, to fund this work order. Page 1 City of Clearwater Printed on 9/5/2019 WORK ORDER INITIATION FORM 1 of 17 Revised: 11/29/2017 Wright-Pierce, Inc. WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Date: 7/22/2019 Consultant Project Number: T12373 City Project Number: 19-0024-UT 1. PROJECT TITLE: Wastewater Collection System Flow Monitoring Services 2. SCOPE OF SERVICES: Wright-Pierce (W-P) is pleased to provide the City of Clearwater with this proposal for wastewater collection system flow monitoring services. This Scope of Services generally includes: • Monitoring wastewater collection system flows. • Monitoring rainfall. • Monitoring groundwater levels. • Analysis of the monitored data to identify areas experiencing excessive inflow and infiltration (I&I). Details regarding the Scope of Services to be performed by W-P are provided below. WASTEWATER COLLECTION SYSTEM FLOW MONITORING SERVICES Task 1.1 – Project Administration A. Project Management - Set up project and perform project management activities including general coordination, resource planning, invoicing and status reporting and project closeout. B. Kickoff Meeting - Prepare for and conduct an initial Kick-Off Meeting with the City. The meeting location will be a City office. At the meeting, the City and W-P will do the following: 1. Introduce key City and W-P project team members; establish schedules for installation of equipment, deliverables and meetings; and establish procedures for effective communication and project data exchange between the City and W-P throughout the project. WORK ORDER INITIATION FORM 2 of 17 Revised: 11/29/2017 2. Review and discuss the proposed locations for the installation of the flow meters, rain gauges and groundwater monitoring devices. 3. Discuss other general project related matters. Deliverable(s): 1. Meeting Agenda: An electronic copy will be submitted to the City before the meeting via W-P’s SharePoint Website. Paper copies will be distributed at the meeting. 2. Sign-in Sheet: A sign-in sheet will be distributed at the meeting to document attendees. 3. Meeting Minutes: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. An electronic copy of the completed sign-in sheet will be attached with the meeting minutes. C. Health and Safety Plan - Prepare and submit a health and safety plan for review by the City’s Project Manager prior to site mobilization. Deliverable(s): 1. Health and Safety Plan: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. D. Progress Meetings - Prepare for and conduct progress meetings with the City. A total of thirty-nine progress meetings (twenty-seven 1-hour long meetings to coordinate project activities and to review and discuss the applicable monthly summary report and twelve 2-hour long meetings to coordinate project activities and review and discuss the applicable quarterly report along with the latest monthly summary report) are assumed over the project duration. The monthly summary and quarterly reports will be prepared and submitted as part of Task 1.4 - Flow, Rainfall and Groundwater Monitoring. For each meeting, W-P’s Project Manager will typically attend in person. Other W-P personnel will attend in person as needed throughout the project duration or join via Skype. Deliverable(s): 1. Meeting Agendas: An electronic copy will be submitted to the City before each meeting via W-P’s SharePoint Website. Paper copies will be distributed at the meeting. 2. Sign-in Sheet: A sign-in sheet will be distributed at the meeting to document attendees. 3. Meeting Minutes: Following each meeting, draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. An electronic copy of the completed sign-in sheet will be attached to the meeting minutes. WORK ORDER INITIATION FORM 3 of 17 Revised: 11/29/2017 Task 1.2 – Inventory of Existing Conditions A. Identify Locations for Installation of Flow Meters and Rain Gauges - Review the existing information and identify locations for installation of flow meters and gauges. The information to be reviewed for this effort has already been received and includes the following: 1. GIS data of the City’s wastewater collection system. 2. Installation reports related to the meters currently installed in the system, which will be removed prior to the start of the project. The existing meters will be removed by others and the new meters will be installed by W-P. The timing for removal of existing and installation of new meters will be coordinated in an effort to minimize data gaps. 3. Northeast WRF Wastewater Flow Monitoring report dated April 2019 by McKim & Creed. 4. Marshall Street WRF and East WRF Wastewater Flow Monitoring report dated April 2019 by McKim & Creed. The City plans on providing W-P all previous Northeast WRF Wastewater Flow Monitoring and Marshall Street WRF and East WRF Wastewater Flow Monitoring reports. Deliverable(s): None. The results of this subtask will serve as the basis to establish the locations of the proposed flow meters and rain gauges. The proposed locations will be presented in figure(s) developed as part of Task 1.4 - Flow, Rainfall and Groundwater Monitoring. B. Meter Site Scouting – After W-P has established the proposed locations for installation of flow meters and rain gauges, we will visit the sites to assess site suitability and the likely need for traffic control at each site. Deliverable(s): None. The results of this subtask will be used to confirm or update the locations of the proposed flow meters and rain gauges. The proposed locations will be presented in figure(s) developed as part of Task 1.4 - Flow, Rainfall and Groundwater Monitoring. C. Pump Stations Evaluation – Evaluate historical supervisory control and data acquisition (SCADA) data for wastewater collection system pump stations and rainfall data to assess the influence of rainfall on I&I within each pump station basin. The information can be used to quickly identify trends and refine flow meter installations. For this effort, W-P requests the following additional information from the City: 1. A schematic of the wastewater collection system that shows the following information for each pump station: WORK ORDER INITIATION FORM 4 of 17 Revised: 11/29/2017 • The upstream pump station basin(s) that it receives flow from in addition to its direct pump station basin. • The downstream pump station basin or WRF that it pumps to. 2. Electronic SCADA data, inclusion of runtimes, from January 2018 through August 2019 for all wastewater collection system pump stations. The electronic records are to accessible using Excel. 3. An electronic table presenting the dimension and capacities associated with each wastewater collection system pump station. The electronic table are to be accessible using Excel. 4. Electronic records of daily flows for each Water Reclamation Facility (WRF) from January 2016 through August 2019. The electronic records are to accessible using Excel. The daily flows should be representative of the flows reported in each WRF Discharge Monitoring Reports (DMRs). 5. Available Precipitation Data from January 2018 through August 2019. An abbreviated technical memorandum (TM) will be submitted to the City presenting the results of the effort and any associated recommendations. The results will primarily be conveyed though graphs/figures. The City and W-P will review and discuss the TM at one of a schedule progress meeting. Deliverable(s): 1. TM: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. Task 1.3 – Utility Cloud Development A. Utility Cloud Development - Coordinate with Advanced Enterprise Systems Corporation to setup Utility Cloud, which is a web-based application that will be used to perform daily unit monitoring of data over the project duration. The City and W-P will be able to use Utility Cloud to monitor surcharged conditions and scatter graphs at each of the 25 flow monitoring locations and average rainfall and average gravity main groundwater submergence within the Northeast WRF, East WRF and Marshall Street WRF service areas. The average rainfall will be calculated using the rainfall monitoring data and the inverse distance squared method. The average gravity main groundwater submergence within each service area will be calculated in part based on an average of the groundwater depth above the piezometer inlet within the applicable manholes. Local USGS water level will also be considered in the analysis. The piezometers will be installed at approximately the same relative gravity main depth within each manhole. The telemetry system used to transmit data will be installed and maintained as part of Task 1.4 - Flow, Rainfall and Groundwater Monitoring and will allow for automatic and manual polling of flow, rainfall and groundwater data. Normally, flow, rainfall and groundwater data will be automatically polled every 24 hours and transmitted to the meter data server (Telog Enterprise). However, the user will also be able to manually poll this data through the WORK ORDER INITIATION FORM 5 of 17 Revised: 11/29/2017 telemetry system on-line interface (meter data server). Through Utility Cloud, additional data points will be made available that illustrate key trends such as flow depth, total flows for each meter, groundwater averages compared to USGS gauges, and rainfall total. Utility Cloud will be used to transfer depth data in order to provide alerts in metered manholes that begin to surcharge (levels above the crown of the pipe). A user will then be able to use the manual polling option to view the latest data associated with the alert. Utility Cloud will also record the times associated with each alert so that the user can subsequently review recorded data associated with each event. Advanced Enterprise Systems Corporation will provide a concise user’s manual/quick start guide on how to access and use Utility Cloud and will host an associated web-based training session for potential users. Deliverable(s): Advanced Enterprise Systems Corporation’s user’s manual/quick start guide will be submitted to City via W-P’s SharePoint Website. Task 1.4 - Flow, Rainfall and Groundwater Monitoring A. Permanent Flow Meter Monitoring – Prior to conducting any flow monitoring work, W-P will review flow, rainfall and groundwater monitoring device locations with the City at a scheduled progress meeting. During the meeting, the City and W- P will discuss the installation and maintenance schedule, public notification requirements, emergency response, traffic control and coordination with City staff. W-P will coordinate its activities with the City; provide traffic control as described in Task 1.6 – Maintenance of Traffic Control; rent, install and maintain monitoring devices in the locations agreed upon and removing monitoring devices when needed. Flow monitoring devices will include the following: 1. 20 permanent flow meters (mainly area-velocity meters with some non-contact meters) for up to 3 years within the East, Marshall Street, and Northeast WRF service areas. Flow monitoring will be conducted from approximately October 2019 through October 2022 with meters installed in late September 2019. The flow measurements shall be measured daily in 15-minute increments. W-P will select permanent flow meters and specifications after processing of quotes. This proposal assumes the area-velocity flow meters will be FloWav Shortboard Model 2000 with a Sting Ray ultrasonic sensor and PSA-AV sensor. Specifications of the equipment are: 1. Velocity Sensor Operating Range: -5 to 20 fps 2. Velocity Sensor Accuracy: +/- 2% of reading 3. Pressure Sensor Operating Range: 0 to 15 ft WORK ORDER INITIATION FORM 6 of 17 Revised: 11/29/2017 4. Pressure Sensor Accuracy: +/- 0.25% of full scale 5. Sting Ray Ultrasonic Sensor Measurement Accuracy: 0.1% of target range This proposal assumes the non-contact flow meters will be FloWav Raven-Eye Non- Contact Radar Flow Measuring System. Specifications of the equipment are: 1. Velocity Sensor Operating Range: +/- 0.492 fps to +/- 49.2 fps Velocity Sensor Accuracy: +/- 0.5% of reading 2. Additional pressure/depth sensors will be added to the Raven-Eye and will have same specifications as those listed for the area-velocity flow meters. Deliverable(s): None. The data will be transmitted through telemetry and subsequently analyzed within another subtask. B. Rotating Flow Meter Monitoring - W-P will coordinate its activities with the City; provide traffic control as described in Task 1.7 – Maintenance of Traffic Control; rent, install and maintain monitoring devices in the locations agreed upon and removing monitoring devices when needed. Flow monitoring devices will include the following: 1. 5 rotating flow meters in sub-sewersheds for up to 3 years within the East, Marshall Street, and Northeast WRF service areas. The purpose of providing the rotating flow meters is to capture additional flow data within specific sub- sewersheds. Flow monitoring will be conducted from approximately October 2019 through October 2022 with meters installed in late September 2019. The flow measurements shall be measured daily in 15-minute increments. W-P anticipates removal and reinstallation of the flow meters up to 10 times during the 3-year monitoring period. W-P will select rotating flow meters and specifications after processing of quotes. The rotating flow meter specifications for area-velocity and non-contact flow meters will match those for permanent flow meters. Deliverable(s): None. The data will be transmitted through telemetry and subsequently analyzed within another subtask. C. Rainfall Monitoring –– W-P will coordinate its activities with the City; provide traffic control as described in Task 1.7 – Maintenance of Traffic Control; rent, install and maintain 15 wireless rain gauges for up to 3 years within the East, Marshall Street, and Northeast WRF service areas. Rain gauges used by W-P will be FloWav, Model RG-32. The rain gauges shall be set to record rainfall in 15-minute intervals and monitored weekly from October 2019 through October 2022 and installed in late September. Each unit is provided with a single channel pulse/event recorder. Total pulse counts/interval from 1/sec. to 8 hrs. Rain gauges and battery pack shall be located near a flow meter and to be mounted on top of the pump station or in an area easily accessible by W-P personnel. WORK ORDER INITIATION FORM 7 of 17 Revised: 11/29/2017 Deliverable(s): None. The data will be transmitted through telemetry and subsequently analyzed within another subtask. D. Groundwater Monitoring - W-P will coordinate its activities with the City and install and maintain up to 25 in-manhole groundwater monitoring devices (piezometers) to monitor groundwater levels for up to 3 years. Initially, we envision installing five piezometers at select locations. Based on the flow monitoring data and the groundwater monitoring data, additional piezometers may be installed to better characterize the influence of groundwater levels on sewer flows within portions of the system, and some piezometers may be removed if the associated groundwater levels remain relatively constant. Groundwater levels will be automatically monitored at each location. Groundwater levels will be recorded between 44 and 6 times per day at equally spaced intervals. The piezometers will be located in select manholes containing the permanent and rotating flow meters and installed in late September 2019. The monitoring period will be October 2019 through October 2022. The installation and abandonment of the piezometers will include confined space entries. Installation of the piezometers will include drilling a hole through the manhole wall above the inlet gravity sewer invert, installing a ½-inch piezometer and sealing the annular space between the ½-inch piezometer and the hole with non-shrink grout. After the completion of the contract, the piezometer will be removed, and the interior hole plugged with non-shrink grout. Note: The fee include in this subtask is for the installation and removal of the piezometers. While W-P staff is performing flow meter maintenance, they will perform piezometer maintenance. Maintenance and monitoring of the piezometers are minor efforts in comparison to meter maintenance and monitoring. Therefore, the costs associated with piezometer maintenance and monitoring are considered inclusive in the permanent and rotating flow meter monitoring subtasks. Deliverable(s): None. The data will be subsequently analyzed within another subtask. Task 1.5 – Data Evaluation and Reporting A. Utilize Utility Cloud to view the following information typically daily and note changes in conditions and alerts: 1. Summation of meters to estimate flow to each WRF (East, Marshall Street, Northeast) 2. Surcharge monitoring (alerts for depths exceeding crown of pipe) 3. Scattergraphs (representing hydraulics of metered location) 4. Rainfall totals across each service area 5. Groundwater from USGS site compared to in-manhole piezometers Note: The fee associated with this subtask is for the subconsultant’s effort to host and maintain Utility Cloud through the 3-year monitoring period. W-P will use Utility Cloud as part of the data evaluation process. W-P's effort associated with using Utility Cloud is minor in comparison to its effort associated with the actual data evaluation. Therefore, W-P’s fee for using Utility Cloud is considered inclusive in the Data Evaluation and WORK ORDER INITIATION FORM 8 of 17 Revised: 11/29/2017 Reporting subtask. Deliverable(s): None. W-P staff will investigate the causes for changes in conditions (e.g., observing a new scattergraph trend). Information from Utility Cloud and causes of changes in conditions will be incorporated into the Monthly Summary and Quarterly Reports. B. Utilize Sliicer for dry and wet weather data analysis, rainfall distribution, and flow vs rainfall predictions. Note: The fee associated with this subtask is for the subconsultant’s effort to host and maintain Sliicer through the 3-year monitoring period. W-P will use Sliicer as part of the data evaluation process. W-P's effort associated with using Sliicer is minor in comparison to its effort associated with the actual data evaluation. Therefore, W-P’s fee for using Sliicer is considered inclusive in the Data Evaluation and Reporting subtask. Deliverable(s): None. Information from Sliicer will be incorporated into the Monthly Summary and Quarterly Reports. C. Data Evaluation and Reporting – Flow and rainfall monitoring data will be downloaded through telemetry on a weekly basis and transferred to a format used by ongoing programs (.csv and Sliicer) for I&I evaluation. The data will be reviewed weekly. During the data reviews, W-P will look for anomalies and changes in conditions and investigate causes of changes in conditions. The data to be reviewed also includes that associated with the existing meters from July 1, 2019 through the date they are removed from service. W-P will prepare 36 monthly flow monitoring summary reports to include: 1. An executive summary, typically less than 1-page long, highlighting any significant changes in I&I. 2. A summary report, typically 1-page long, for each flow monitoring device. Each summary report is envisioned to present monthly minimum, average and maximum daily flows; calibration/re-calibration details; a summary of issues and recommendations if applicable. 3. A summary report, typically 1-page long, for each rainfall monitoring device. Each summary report is envisioned to include a histogram of daily rainfall data for the month (i.e., a chart that presents that number of days that various rainfall depth occurred within the month), calibration/re-calibration details, a summary of issues and recommendations if applicable. 4. A summary report, typically 1-page long, for each groundwater monitoring device. Each summary report is envisioned to include a chart of the recorded groundwater levels, submergence of the influent gravity main and daily rainfall data; calibration/re-calibration details; a summary of issues and recommendations if applicable. WORK ORDER INITIATION FORM 9 of 17 Revised: 11/29/2017 Reports will be reviewed at progress meetings as discuss in Task 1.1 – Administration. NOTE: For the first monthly summary report, a draft copy will be issued to verify the format and content are acceptable to the City. Because of the abbreviated nature of the Monthly Summary Reports, draft copies of subsequently Monthly Summary Reports will not be issued. However, if revisions are deemed necessary by the City for a specific Monthly Summary Report, a revised copy will be issued. W-P will prepare 12 quarterly reports to include: 1. An executive summary. 2. Figures and graphs illustrating the data trends. 3. Analysis of data trends. 4. I&I Impacts from rainfall, high groundwater, or surcharge conditions. 5. Comparison to previous year’s data, and prior quarter data with discussion. Reports will not repeat previously provided general information about the flow monitoring installations or program, however they will include appropriate graphics that illustrate data trends over time. Deliverable(s): 1. 1st Monthly Summary Report: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. 2. Subsequently Monthly Summary Reports: Final electronic copies will be submitted to City via W-P’s SharePoint Website. If necessary, revised copies will also be submitted to City via W-P’s SharePoint Website. 3. Quarterly Reports: Five sets of draft and final paper copies will be submitted to the City’s Project Manager. Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. Task 1.6 – Flow Isolations (Dry/Wet) A. Flow Isolations Planning – Identify strategic locations for flow isolation measurements within the study areas and coordinate and schedule field work. Effort associated with coordination and scheduling of traffic control is included in Task 1.7 - Maintenance of Traffic Control. As part of this task, instantaneous flow measurements will be taken within sewer manholes in area-specific basins with high infiltration or in non-metered areas. This information will be used to supplement the flow monitoring program and/or identify infiltration quantities. Equipment used for the flow isolations will be a Teledyne Isco, Model 2150 Area Velocity Meter and/or FloWav Phaser V1000. Specifications on the velocity meter are: 1. Level Measurement Range: 0.33 to 10 ft. 2. Level Measurement Accuracy: +/- 0.01 ft. 3. Velocity Measurement Range: -5 to 20 fps 4. Velocity Measurement Accuracy: +/- 0.01 ft. WORK ORDER INITIATION FORM 10 of 17 Revised: 11/29/2017 Deliverable(s): None. B. Review Flow Isolation Locations with City - Prior to conducting any flow isolations, W- P will review the flow isolation locations with the City at a schedule progress meeting. During the meeting, W-P will discuss the schedule, public notification/communication requirements, and traffic control. Deliverable(s): 1. Figure(s) presenting the proposed locations will be submitted to City via W-P’s SharePoint Website. C. Conduct Flow Isolation Measurements - For this task, W-P will deploy a two-person crew to perform instantaneous flow measurements at identified locations. Up to 300 measurements will be taken at the identified locations between the hours of 11:00 pm and 5:00 am or during wet weather. Night flow isolations are estimated to take up to 4 days/nights and be performed 2-3 times at each selected location. Wet weather measurements will typically be taken shortly after a rainfall event during the wet season when groundwater levels are typically higher. Night flow isolations will typically be taken after a period of dry weather during the dry season when groundwater levels are typically lower. Deliverable(s): None. D. Summarize Results - Findings and recommendations will be incorporated into the monthly summary reports as work is completed. Deliverable(s): 1. Summary table of results. Task 1.7 - Maintenance of Traffic Control A. Maintenance of Traffic Control – –Prepare, submit and update up to 30 (i.e., the 25 initial meter locations and 5 additional locations for the rotating meters) Maintenance of Traffic (MOT) Plans to the City’s traffic department for review and approval. Each MOT Plan will be signed and sealed by a MOT certified professional. W-P assumes that the approved MOT plans can be used for the initial installs, to perform emergency equipment repairs and for removal of equipment over the 3- year monitoring period. Coordinate and conduct MOT control for the field services noted above and as necessary for the duration of the project. Traffic control supervisors will be Florida and FDOT certified. Traffic control will include implementation and MOT control at the sites during the requested period(s). Implementation and MOT control will include 2 flaggers, a supervisor, signs, cones along with the set and maintenance of signs and cones for any type of lane closures. For this task, we will utilize ACME Barricades, Inc. of Tampa, FL. WORK ORDER INITIATION FORM 11 of 17 Revised: 11/29/2017 For this task, we have estimated an allowance of $40,200. The allowance is based on preparing 30 MOT plans at $500 per plan, seventeen 8-hour days ($1,200/day) and three 8-hour days ($1,600/day/night) at night time (11:00 pm to 5:00 am) requiring lane closures, 2 flaggers and a supervisor. Deliverable(s): None. Task 1.8 – Fire Station Rain Gauge Evaluation A. Fire Station Rain Gauge Evaluation – Weather monitoring devices, including tipping bucket rain gauges, have been installed at the eight fire stations within the City of Clearwater. These weather monitoring stations are monitored through a telemetry station accessible to fire department. There is the possibility that the City could use this information to supplement or even potentially replace some of the rain gauges being installed under this project during the 3-year monitoring period. In addition, the fire station rainfall data could provide the City long-term rainfall monitoring benefits extending beyond the duration of this project. W-P will coordinate with fire department to gather information related to the weather monitoring stations including details of the rain gauge units and the telemetry system and frequency of data collection. Using this information and the installed device locations, W-P will develop a figure presenting the potential spatial rainfall coverage (and coverage gaps) offered through use of the weather stations and determine the effort required to incorporate the information into this project, the effort required to incorporate the information into the City’s existing SCADA monitoring system and the associated benefits and estimated costs. An abbreviated TM will be submitted to the City presenting the results of the effort and any associated recommendations. The City and W-P will review and discuss the TM at one of a schedule progress meeting. Deliverable(s): 1. TM: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. Task 1.9 – Quality Assurance and Quality Control (QA/QC) A. QA/QC – QA/QC will be implemented through the entire project. This include brainstorming with technical specialists, planning for access issues and traffic control needs, completing site report details, following W-P standard operating procedures, conducting route progress meetings and more. The specific QA/QC efforts include in this task include the following: 1. Review and comment on data analysis 2. Review and comment on Monthly Summary Reports 3. Review and comment on Quarterly Reports 4. Review and commenting on figures and documents Deliverable(s): None. QA/QC Comments will be incorporate into each deliverable WORK ORDER INITIATION FORM 12 of 17 Revised: 11/29/2017 prior to submission to the City. Task 1.10 – Allowance: A contingency allowance budget of $199,000 (approximately 15%) is included in the Work Order budget for unforeseen additional services that may be needed for the completion of the project. The contingency allowance will used only upon written authorization from the City. Deliverable(s): None. 3. PROJECT GOALS: The project goals are to install and maintain equipment at strategic locations in wastewater collection system throughout the contract period; collect, summarize and evaluate flow, rainfall and groundwater level data; determine the locations of excessive I&I and recommend corrective actions. Deliverables associated with the project are described after each task/sub-task in 2 – Scope of Services and generally include the following: Task 1.1 – Project Administration A. Monthly Invoices: Monthly invoices along with overall project status reports that provides justification of the amount being invoiced. B. Meeting Agendas: An electronic copy will be submitted to the City before each meeting via W-P’s SharePoint Website. Paper copies will be distributed at the meeting. C. Sign-in Sheet: A sign-in sheet will be distributed at the meeting to document attendees. D. Meeting Minutes: Following each meeting, draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. An electronic copy of the completed sign-in sheet will be attached to the meeting minutes. E. Health and Safety Plan: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. Task 1.2 – Inventory of Existing Conditions A. TM: Draft and final electronic copies of the pump stations evaluation will be submitted to City via W-P’s SharePoint Website. Task 1.3 – Utility Cloud Development A. Advanced Enterprise Systems Corporation’s user’s manual/quick start guide will be submitted to City via W-P’s SharePoint Website. Task 1.4 – Flow, Rainfall and Groundwater Monitoring A. Meeting Agenda: An electronic copy will be submitted to the City before the meeting to review device locations via W-P’s SharePoint Website. Paper copies will be distributed at the meeting. B. Sign-in Sheet: A sign-in sheet will be distributed at the meeting to document attendees. WORK ORDER INITIATION FORM 13 of 17 Revised: 11/29/2017 C. Meeting Minutes: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. An electronic copy of the completed sign-in sheet will be attached to the meeting minutes. Task 1.5 – Data Evaluation and Reporting A. Monthly Summary Reports • 1st Monthly Summary Report: Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. • Subsequently Monthly Summary Reports: Final electronic copies will be submitted to City via W-P’s SharePoint Website. If necessary, revised copies will also be submitted to City via W-P’s SharePoint Website. B. Quarterly Reports: Five sets of draft and final paper copies will be submitted to the City’s Project Manager. Draft and final electronic copies will be submitted to City via W-P’s SharePoint Website. Task 1.6 – Flow Isolations (Dry/Wet) A. Figure(s) presenting the proposed locations for flow isolations will be submitted to City via W-P’s SharePoint Website. B. Summary table of results. Task 1.7 –– Maintenance of Traffic Control Task 1.8 – Fire Station Rain Gauge Evaluation A. TM: Draft and final electronic copies of the fire station rain gauge evaluation will be submitted to City via W-P’s SharePoint Website. Task 1.9 – Quality Assurance and Quality Control (QA/QC) Task 1.10 –10 Allowance 4. BUDGET: See Attachment “B”. This price includes all labor and expenses anticipated to be incurred by Wright-Pierce for the completion of these tasks in accordance with Professional Services Method “A” – Cost Times Multiplier Basis, for a fee not to exceed One Million, Six Hundred Forty Thousand, Eight Hundred Eighty Dollars ($1,640,880). No permit fees are associated with this project. 5. SCHEDULE: The project is to be completed within 39 months from issuance of notice-to-proceed (NTP). The project milestones and deliverables are to be phased as follows: Flow, Rainfall and Groundwater Monitoring WORK ORDER INITIATION FORM 14 of 17 Revised: 11/29/2017 Devices Installed and Operational 48 calendar days from NTP Begin 36-Month Monitoring Period 48 calendar days from NTP Submit 1st Monthly Summary Report 93 calendar days from NTP Submit 1st Quarterly Report 153 calendar days from NTP End 36-Month Monitoring Period 1,143 calendar days from NTP Submit Last Monthly Summary and Quarterly Reports 1,158 calendar days Project Closeout 1,188 calendar days 6. STAFF ASSIGNMENTS: City’s Staff: Jeff Walker, PE Project Manager Richard G. Gardner, PE Public Utilities Assistant Director Jeremy J. Brown, PE Utilities Engineering Manager Glenn Daniel Water/RCW/WWC Manager Jerry Wells Site Rep., RWC & WWC Coordinator Wright-Pierce Key Project Staff: Christopher C. Baggett, PE Project Manager Steven C. Hallowell, PE Principal-in-Charge Dennis A. Davis, PE Client Manager Laurie Perkins, PE Technical Reviewer/Flow Monitoring Specialist Brian Pavao Field Manager 7. CORRESPONDENCE/REPORTING/COMMUNICATION PROCEDURES: ENGINEER’s project correspondence shall be directed to: Christopher C. Baggett, PE Steven C. Hallowell, PE Laurie Perkins, PE Brian Pavao All City project correspondence shall be directed to: Jeff Walker, PE, CBO, LEED AP with copies to the Utilities Engineering Manager and Public Utilities Assistant Director. ENGINEER shall provide a minimum of forty-eight (48) hours’ notice prior to conducting fieldwork/site visits at lift stations. ENGINEER shall provide a minimum of seven (7) days notification for site visits requiring the assistance of City Operations and Maintenance personnel. ENGINEER acknowledges that all City directives shall be provided by the City Project Manager. In addition to the original copies delivered as stated in the scope of work, all project deliverables will be submitted in electronic format on CD or other City approved device prior to approval of final invoice. 8. INVOICING/FUNDING PROCEDURES: For work performed, invoices shall be submitted monthly to the: WORK ORDER INITIATION FORM 15 of 17 Revised: 11/29/2017 City of Clearwater, Engineering Department Attention: Veronica Josef, Senior Staff Assistant PO Box 4748 Clearwater, Florida 33758-4748. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: 3217321-530100-96212 9. INVOICING PROCEEDURES At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: A. Project Number, Purchase Order, and Invoice Number and Contract Amount. B. The time period (begin and end date) covered by the invoice. C. A short narrative summary of activities completed in the time period D. Contract billing method – Lump Sum or Cost Times Multiplier E. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). F. If Cost Times Multiplier, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). G. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. SPECIAL CONSIDERATIONS: The consultant named above is required to comply with Section 119.0701, Florida Statutes (2013) where applicable. PREPARED BY: APPROVED BY: ________________________ ________________________ Steven C. Hallowell, PE Tara Kivett, PE Principal-in-Charge, Vice President City Engineer Wright-Pierce, Inc. City of Clearwater ___________________ ___________________ Date Date Attachment “A” WORK ORDER INITIATION FORM 16 of 17 Revised: 11/29/2017 CITY OF CLEARWATER ENGINEERING DEPARTMENT WORK ORDER INITIATION FORM CITY DELIVERABLES 1. FORMAT The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion, the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. If not, available Land Desktop files are still acceptable, however the City or Clearwater is currently phasing out Land Desktop. NOTE: If approved deviation from Clearwater CAD standards are used, the Consultant shall include all necessary information to aid in manipulating the drawings, including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562 4762 or email address Tom.Mahony@myClearwater.com. All electronic files must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Attachment “B” WORK ORDER INITIATION FORM 17 of 17 Revised: 11/29/2017 Wastewater Collection System Flow Monitoring Services Wright-Pierce WORK ORDER INITIATION FORM PROJECT BUDGET Task Description Subconsultant Services Labor Total I. Wastewater Collection System Flow Monitoring Services 1.1 Administration $0 $78,170 $78,170 1.2 Inventory of Existing Conditions $0 $25,560 $25,560 1.3 Utility Cloud Development $22,180 $11,540 $33,720 1.4 Flow, Rainfall and Groundwater Monitoring A. Permanent Flow Meter Monitoring $312,880 $318,380 $631,260 B. Rotating Flow Meter Monitoring $55,220 $55,780 $111,000 C. Rainfall Monitoring $80,990 $33,960 $114,950 D. Groundwater Monitoring $0 $11,550 $11,550 1.5 Data Evaluation and Reporting A. Utilize Utility Cloud $64,800 $0 $64,800 B. Utilize Sliicer $65,700 $0 $65,700 C. Data Evaluation and Reporting $0 $77,610 $77,610 1.6 Flow Isolations (Dry/Wet) $0 $32,700 $32,700 1.7 Maintenance of Traffic Control $40,200 $0 $40,200 1.8 Fire Station Rain Gauge Evaluation $0 $24,640 $24,640 1.9 Quality Assurance/Control $0 $14,550 $14,550 1.10 Allowance (~15%) $0 $0 $199,000 Subtotal, Labor and Subcontractors $1,525,410 Permit Review Fees $0 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) $115,470 Grand Total $1,640,880 Purchasing Office 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33578-4748 727-562-4630 Tel REQUEST FOR QUALIFICATIONS RFQ #23-19 Wastewater Collection System Flow Monitoring Services February 22, 2019 NOTICE IS HEREBY GIVEN that sealed Statements of Qualifications will be received by the City of Clearwater (City) until 10:00 AM, Local Time, March 21, 2019 to provide Wastewater Collection System Flow Monitoring Services. Brief Description: The City of Clearwater is seeking a qualified firm to provide the equipment, data collection, data reporting, and related consulting services for the City’s Wastewater Collection System Flow Monitoring program. Responses must be in accordance with the provisions, specifications and instructions set forth herein and will be received by Purchasing until the above noted time, when they will be publicly acknowledged and accepted. This Request for Qualifications, any attachments and addenda, are available for download at www.myclearwater.com/bid . Please read the entire solicitation package and submit the response in accordance with the instructions. This document (less this invitation and the instructions) and any required documents, attachments, and submissions will constitute the response. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Purchasing Manager. This Request for Qualifications is issued by: Alyce Benge, CPPO, C.P.M. Purchasing Manager Alyce.Benge@myclearwater.com INSTRUCTIONS WWCS Flow Monitoring Services 2 RFQ #23-19 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the Contact listed on Page One (1) - the Purchasing Manager. Questions should be submitted in writing via letter, fax or email. Questions received less than seven (7) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website and mailed to those who register on the City website when downloading solicitations no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their response. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a response. i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: March 21, 2019 Time: 10:00 AM (Local Time) The City will open all responses properly and timely submitted, and will record the names and other information specified by law and rule. All responses become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, responses are available for inspection by contacting Purchasing. i.4 SUBMIT RESPONSES TO: Use label at the end of this solicitation package City of Clearwater Attn: Purchasing 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Responses will be received publicly at this address. Respondents may mail or hand-deliver responses. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a response that is not properly addressed and identified. i.5 LATE RESPONSES. The respondent assumes responsibility for having the response delivered on time at the place specified. All responses received after the date and time specified shall not be considered and will be returned unopened to the respondent. The respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the City Purchasing Office as the official time. i.6 LOBBYING PROHIBITION. Any communication regarding this solicitation for the purpose of influencing the process or the award, between any person or affiliates seeking an award from this solicitation and the City, including but not limited to the City Council, employees, and consultants hired to assist in the solicitation, is prohibited. This prohibition is imposed from the time of the first public notice of the solicitation until the City cancels the solicitation, rejects all responses, awards a contract or otherwise takes action which ends the solicitation process. This section shall not prohibit public comment at any City Council meeting, study session or Council committee meeting. INSTRUCTIONS WWCS Flow Monitoring Services 3 RFQ #23-19 This prohibition shall not apply to communication with the contact(s) identified in the solicitation or City-initiated communications for the purposes of conducting the procurement including but not limited to clarification of responses, presentations if provided in the solicitation, contract negotiations, protest/appeal resolution, or surveying non-responsive vendors. Violations of this provision shall be reported to the Purchasing Manager. Persons violating this prohibition may be subject to a warning letter or rejection of their response depending on the nature of the violation. i.7 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page One (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the response. Respondents are cautioned to verify their responses before submission, as amendments to or withdrawal of responses submitted after time specified for opening of responses may not be considered. The City will not be responsible for any respondent errors or omissions. i.8 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses shall be submitted on the forms provided. An original and the designated number of copies of each response are required. Responses, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the response is not properly signed or if any changes are not initialed, it may be considered non-responsive. The City may require that an electronic copy of the response be submitted. The response must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the response. i.9 DEBARMENT DISCLOSURE. If the respondent has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a (sub)contractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the respondent shall include a letter with its response identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A response from a respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof; to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject unbalanced responses; to reject responses where the terms and/or awards are conditioned upon another event; to reject individual responses for failure to meet any requirement; to award by part or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any response. The City may seek clarification of the response from respondent at any time, and failure to respond is cause for rejection. Submission of a response confers on respondent no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a respondent may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. INSTRUCTIONS WWCS Flow Monitoring Services 4 RFQ #23-19 i.12 ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the procurement process, including respondents and contractors. To achieve the purpose of this Article, it is essential that respondents and contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.13 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or prospective respondents and affiliates. i.14 PROTESTS AND APPEALS. If a respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its response, and/or believes the selected response is not in the City’s best interests, the respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policies and Procedures. If any discrepancy exists between this Section and the Procurement Rules, the language of the Procurement Rules controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the opening must be filed with the Purchasing Manager no later than five (5) business days before Opening. Protests that only become apparent after the Bid Opening must be filed within ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting Purchasing. ADDRESS PROTESTS TO: Alyce Benge, CPPO, C.P.M. Purchasing Manager City of Clearwater 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION WWCS Flow Monitoring Services 5 RFQ #23-19 i.15 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of City employees and/or authorized agents. The City staff may or may not initiate discussions with respondents for clarification purposes. Clarification is not an opportunity to change the response. Respondents shall not initiate discussions with any City employee or official. i.16 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the respondent is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. The criteria that will be evaluated and their relative weights are: Evaluation Criteria (Response Format, pg. 11) Points Technical Approach to Managing a City-wide WWCS Flow Monitoring System (Tab 2) 25 Experience and Qualifications of Firm and Staff (Tab 3) 30 Work Plan – Data Collection, Reporting, Meetings (Tab 4) 30 Quality Management Approach (Tab 5) 15 i.17 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored proposals based on the evaluation criteria. Only those short-listed proposers would be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the rankings based on scoring of the evaluation criteria and presentations/interviews. i.18 PRESENTATIONS/INTERVIEWS. Selection of the most qualified respondent could be made based on a firm’s RFQ response or presentations/interviews scheduled at the City’s sole discretion. The respondent must provide a formal presentation/interview on-site at a City location upon request. i.19 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondent must be prepared for the City to accept the response as submitted. If respondent fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by INSTRUCTIONS – EVALUATION WWCS Flow Monitoring Services 6 RFQ #23-19 the appropriately authorized City official(s). No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.20 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s Purchasing website at www.myclearwater.com/bid to view Purchasing’s Intent to Award postings. i.21 RFP TIMELINE. All dates are tentative and subject to change. Release RFQ: February 22, 2019 Advertise Tampa Bay Times: February 23, 2019 Responses due: March 21, 2019 Review responses/presentations: March 21 – April 9, 2019 Award recommendation: April 9, 2019 Council authorization: April 18, 2019 Contract begins: May 1, 2019 DETAILED SPECIFICATIONS WWCS Flow Monitoring Services 7 RFQ #23-19 1. PROJECT MISSION. The City of Clearwater is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City is looking for vendors who share that dedication and will help the City meet that goal. 2. BACKGROUND INFORMATION. The City of Clearwater’s (City) wastewater collection system (WWCS) includes approximately 8,287 manholes and 389 cleanouts; 1,951,179 feet (370 miles) of gravity sewers; 199,811 feet (38 miles) of force main; and 723 pump stations. The system consists of three (3) service areas/basins associated with the City’s three (3) water reclamation facilities – East WRF, Northeast WRF, and Marshall Street WRF. 3. SCOPE OF WORK. The City’s wastewater collection system (WWCS) consists of three (3) service areas that direct flow to three (3) wastewater reclamation facilities (WRF’s) – East WRF, Northwest WRF, and Marshall Street WRF. The City monitors each WWCS basin for significant Inflow and Infiltration (I&I) at various locations throughout each basin using a combination of flow meters and rain gauges: • East – three (3) flow meter locations; two (2) rain gauge locations • Northeast – seven (7) flow meter locations; four (4) rain gauge locations • Marshall Street – nine (9) flow meter locations; four (4) rain gauge locations For this project the consultant will be required to provide and maintain the equipment (flow meters, rain gauges, remote telemetry, etc.) throughout the duration of this project. The consultant will be required to record, analyze/process, and summarize the collected data and prepare and submit monthly reports for each basin. The consultant may also be requested to provide monthly in-person presentations of the data to help the City understand the information identify areas requiring improvements. The following reports are posted on the City’s FTP site. Note that access issues are typically due to the user’s system firewall/security settings: FTP Site Access ftp://ftpserver.myclearwater.com Logon user name – vendor Logon password – clearwater (note the lower case “c”) Directory: Purchasing Folder: RFQ 23-19 WWCS FLOW MONITORING SERVICES • Exhibit A – Marshall Street WRF & East WRF Permanent Wastewater Flow Monitoring, November 2018, McKim & Creed • Exhibit B – Northeast WRF Permanent Wastewater Flow Monitoring, November 2018, McKim & Creed 4. QUALIFICATIONS. Respondents must demonstrate the necessary ability, financial resources, and experience to perform the work in a satisfactory manner. Critical experience requirements include a thorough understanding of monitoring, data collection, and reporting of the water collection system data. 5. INSURANCE REQUIREMENTS. The Contractor (respondent) shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A- VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following DETAILED SPECIFICATIONS WWCS Flow Monitoring Services 8 RFQ #23-19 the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If the Contractor is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then Contractor’s Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. f. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6. OTHER INSURANCE PROVISIONS. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured.” In addition when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Purchasing, RFQ #23-19 P.O. Box 4748 Clearwater, FL 33758-4748 b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. DETAILED SPECIFICATIONS WWCS Flow Monitoring Services 9 RFQ #23-19 c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for Contractor’s negligence. d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Contractor’s obligation to provide the insurance coverage specified. MILESTONES WWCS Flow Monitoring Services 10 RFQ #23-19 1. ANTICIPATED BEGINNING AND END DATE OF CONTRACT TERM. May 1, 2019 through April 30, 2022. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. RESPONSE FORMAT WWCS Flow Monitoring Services 11 RFQ #23-19 1. RESPONSE SUBMISSION - Submit one (1) signed original (identified as ORIGINAL), five (5) copies of the Qualifications Response, and ONE (1) electronic format copy on a disc or thumb drive in a sealed envelope/container. 2. RESPONSE FORMAT - Qualifications shall be submitted in bound volumes on standard 8½" x 11" paper. All information must be assembled and indexed in the order indicated below. The page count shall include typed text, graphics, charts and photographs, but does not include supporting documents for Tabs 6- 8, and the tabbed separator pages, cover page, and back page. TAB 1 – Letter of Interest. The cover letter should briefly introduce the Consultant and also include: • A statement confirming that all information contained in the response is complete and accurate. • Signature from the firm’s principal certifying that sufficient resources in personnel, equipment, and time are available and can be committed to this project. • Contact information for the firm’s principal including email address and phone number. TAB 2 – Technical Approach to Manage a City-wide WWCS Flow Monitoring System (four [4] pages). Describe the firm’s understanding of the program and methodology for meeting the needs of the City. TAB 3 – Experience and Qualifications of Firm and Staff (ten [10] pages). Describe the firm’s background, experience, and qualifications of key personnel proposed to work on the program. Include resumes/bios for key team members (including subcontractors) demonstrating specific project-related experience in respects to their team role(s). Include information for three (3) projects/programs, preferably within the last 10 years, for which the team has provided services closely related to this scope of service. Include initial budget, change orders, and key personnel for each project/program. Provide an organization chart and an affirmative statement indicating that the firm and all assigned key professional staff are properly licensed to practice in Florida. Include the expected amount of involvement for each consultant team member. Any changes in key personnel after the contract award must be approved by the City. TAB 4 – Work Plan: Data Collection, Reporting, Meetings (eight [8] pages). Provide a detailed work plan, including timeline for submittals, recommendations for meeting, etc. TAB 5 – Quality Management Approach (two [2] pages). Provide information as to the firm’s Quality Assurance/Quality Control plan and/or policy. Indicate specific steps conducted for technical review of any type of deliverable prior to submission to a client. Identify standard processes used. Define key factors that demonstrate the policy was successful and effective. TAB 6 – Litigation. 1. Provide a complete listing of any convictions or fines incurred by the respondent firm or any of its principals for violations of any state or federal law within the past three (3) years. Identify firm’s executives who have current claims or who have participated in litigation against the City of Clearwater while with another firm. Executives of firms currently under litigation with the City may not be considered for this project. 2. Provide a complete listing of all litigation involving a construction project or contract (excluding personal injury and workers’ compensation) whether currently pending or concluded within the past three (3) years in which the respondent firm was a named party. RESPONSE FORMAT WWCS Flow Monitoring Services 12 RFQ #23-19 3. Provide a complete listing of all administrative proceedings involving a construction project or contract, whether currently pending or concluded within the past three (3) years, in which the respondent firm was a named party. (NOTE: Administrative Proceedings shall include: (i) any action taken or proceeding brought by a governmental agency, department, or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts; (ii) any action taken by a governmental agency, department, or officer imposing penalties, fines, or other sanctions for failure to comply with any such legal or contractual requirement, or (iii) any other matter before an administrative body.) 4. Provide a complete listing of all arbitrations involving a construction project or contract, whether currently pending or concluded in the past three (3) years, in which the respondent firm was a named party. TAB 7 – Other Forms. The following forms should be completed and signed: 1. Exceptions, Additional Materials, Addenda form 2. Company Information form 3. Response Certification form 4. If the firm is a corporation, a copy of the current Florida Corporation Registration 5. W-9 Form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA WWCS Flow Monitoring Services 13 RFQ #23-19 Respondents shall indicate any and all exceptions taken to the provisions or requirements in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Response non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this response Additional Materials attached (describe--attach additional pages if needed) Addenda Respondents are responsible for verifying receipt of any addenda issued by checking the City’s website at www.myclearwater.com/apps20/cityprojects/invitationtobid.aspx/ prior to the bid opening. Failure to acknowledge any addenda issued may render a Bid Non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name__________________________________________________ Date__________________ COMPANY INFORMATION WWCS Flow Monitoring Services 14 RFQ #23-19 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this response: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: RESPONSE CERTIFICATION WWCS Flow Monitoring Services 15 RFQ #23-19 By signing and submitting this Response, the Company certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. e) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. f) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. g) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. h) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. i) It is current in all obligations due to the City. j) It will accept such terms and conditions in a resulting contract if awarded by the City. k) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER WWCS Flow Monitoring Services 16 RFQ #23-19 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #23-19, WWCS Flow Monitoring Services Due Date: March 21, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #23-19, WWCS Flow Monitoring Services Due Date: March 21, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing 100 S Myrtle Ave 3rd Fl Clearwater FL 33756 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ 1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF CLEARWATER AND WRIGHT-PIERCE, INC. RFQ #23-19 WASTEWATER COLLECTION SYSTEM FLOW MONITORING SERVICES This AGREEMENT is made and entered into on the _____ day of September, 2019 by and between the City of Clearwater, Florida (CITY) and Wright-Pierce, Inc. (CONSULTANT). WITNESSETH: WHEREAS the CITY desires to engage the CONSULTANT to perform certain professional services pertinent to such work in accordance with this Agreement; and WHEREAS the CONSULTANT desires to provide such professional services in accordance with this Agreement; and WHEREAS the CITY selected the CONSULTANT in accordance with the competitive selection process described in Section 287.055 of the Florida Statutes, and based on information and representations given by the CONSULTANT in a response to Request For Qualifications #23-19. NOW, THEREFORE, in consideration of the premises and the mutual benefits which will accrue to the parties hereto in carrying out the terms of this Agreement, it is mutually understood and agreed as follows: 1.0 GENERAL SCOPE OF THIS AGREEMENT The relationship of the CONSULTANT to the CITY will be that of a professional consultant, and the CONSULTANT will provide the professional and technical services required under this Agreement in accordance with acceptable engineering practices, by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Florida, and ethical standards. 2.0 PROFESSIONAL TECHNICAL SERVICES 2.1 It shall be the responsibility of the CONSULTANT to work with and for the CITY to perform an array of services for the City as set forth in RFQ #23-19, Scope of Services. 2.2 The CONSULTANT’S services under this Agreement will be provided under a project specific Work Order(s). Each Work Order will include the services for a single project, phase, task or assignment, and will contain a mutually agreed-upon detailed scope of services, project goals, fee and schedule of performance in accordance with applicable fiscal and budgetary constraints. Total compensation for all services shall not exceed $1,640,880.00 unless specifically authorized by the City Council. See Work Order attached hereto as Exhibit B. 2 2.3 The CONSULTANT shall maintain an adequate and competent staff of professionally qualified personnel available to the CITY for the purpose of rendering the required engineering and/or consultant services hereunder, and shall diligently execute the work to meet the completion time established. 2.4 The CITY reserves the right to enter into contracts with other engineering and/or architect firms for similar services. The CONSULTANT will, when directed to do so by the CITY, coordinate and work with other engineering and/or architectural firms retained by the CITY. 3.0 PERIOD OF SERVICES 3.1 The CONSULTANT shall begin work promptly after receipt of a fully executed Agreement. Receipt of a fully executed Agreement shall constitute written notice to proceed. 3.2 If the CONSULTANT’S services called for are delayed for reasons beyond the CONSULTANT’S control, the time of performance shall be adjusted as appropriate. 3.3 It is the intent of the parties hereto that this Agreement continue in force for a period not to exceed to three (3) years, subject to the provisions for termination contained herein. 4.0 PROFESSIONAL SERVICES/CONSULTANT’S COMPETITIVE NEGOTIATION ACT (CCNA) - Florida Statue 287.055 Professional Services provided under this Agreement are within the scope of the practice of architecture, landscape architecture, professional engineering, or registered land surveying, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply. 5.0 GENERAL CONSIDERATIONS 5.1 All documents including field books, drawings, specifications, calculations, geotechnical investigation reports, etc., used in the preparation of the work shall be supplied by the CONSULTANT and shall become the property of the CITY. The CITY acknowledges that such documents are not intended or represented to be suitable for use by the CITY or others for purposes other than those for which the documents are prepared. Any reuse of these documents without written verification or adaptation by the CONSULTANT for the specific purpose intended will be at the CITY’s sole risk without liability or legal exposure to the CONSULTANT. 5.2 The CONSULTANT will provide expert witnesses, if required, to testify in connection with any suit at law. A supplemental agreement will be negotiated between the CITY and the CONSULTANT describing the services desired and providing a basis for compensation to the CONSULTANT. 3 5.3 Upon the CONSULTANT’S written request, the CITY will furnish or cause to be furnished such reports, studies, instruments, documents, and other information as the CONSULTANT and CITY mutually deem necessary. 5.4 The CITY and the CONSULTANT each bind themselves and their successors, legal representatives and assigns to the other party to this Agreement and to the partners, successors, legal representatives and assigns of each other party, in respect to all covenants of this Agreement; and, neither the CITY nor the CONSULTANT will assign or transfer its interest in this Agreement without written consent of the other. 5.5 To the fullest extent permitted by law, the CONSULTANT agrees to indemnify and hold harmless the CITY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of this CONSULTANT under this AGREEMENT. Notwithstanding any provision herein to the contrary, this paragraph shall not be construed as a waiver of any immunity to which CITY is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not intended to nor shall it be interpreted as limiting or in any way affecting any defense CITY may have under § 768.28, Florida Statutes or as consent to be sued by third parties. The obligations under this paragraph shall expressly survive termination or expiration of this Agreement. 5.6 The CONSULTANT agrees not to engage the services of any person or persons in the employ of the CITY to an allied capacity, on either a full or part-time basis, on the date of the signing of this Agreement, or during its term. 5.7 Key personnel assigned to CITY projects by the CONSULTANT shall not be removed from the projects until alternate personnel acceptable to the CITY are approved in writing by the CITY. Key personnel are identified as: Project Manager and technical experts. 5.8 Unless otherwise required by law or judicial order, the CONSULTANT agrees that it shall make no statements, press releases or other public communication concerning the Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data, technical processes, business affairs or other information obtained or furnished in the conduct of work under this Agreement without first notifying the City and securing its consent in writing. The CONSULTANT also agrees that it shall not publish copyright or patent any of the site specific data or reports furnished for or resulting from work under this Agreement. This does not include materials previously or concurrently developed by the CONSULTANT for “In House” use. Only data and reports generated by the CONSULTANT under this Agreement shall be the property of the City. 5.9 Public Records. The CONSULTANT will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time, specifically to: 4 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. CONSULTANT shall comply with the following: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. 5 f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 6.0 COMPENSATION 6.1 The CONSULTANT shall be compensated for services rendered under this Agreement upon presentation of CONSULTANT’S monthly invoice, Net 30. An hourly rate schedule is included as Exhibit C. 6.2 Compensation for services shall be invoiced by the CONSULTANT and paid by the CITY in accordance with the Florida Local Government Prompt Payment Act, § 218.70, Florida Statutes. 6.3 The CONSULTANT agrees to allow full and open inspection of payroll records and expenditures in connection with hourly rate and cost plus fixed fee work assignments upon request of the CITY. 6 7.0 PROHIBITION AGAINST CONTINGENT FEES The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any persons, company, corporation, individual or Firm, other than a bona fide employee working for the CONSULTANT any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 8.0 TERMINATION FOR CAUSE This Agreement may be terminated by either party with seven (7) days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. If this Agreement is terminated, the CONSULTANT shall be paid in accordance with the provisions of outstanding Work Orders for all work performed up to the date of termination. 9.0 SUSPENSION, CANCELLATION OR ABANDONMENT If the project described in any Work Order is suspended, canceled, or abandoned by the CITY, without affecting any other Work Order or this Agreement, the CONSULTANT shall be given five (5) days prior written notice of such action and shall be compensated for professional services provided up to the date of suspension, cancellation or abandonment. 10.0 GOVERNING LAW This Agreement shall be administered and interpreted under the laws of the State of Florida. The exclusive venue for any proceeding or suit in law or equity arising from or incident to this Agreement will be in Pinellas County Florida. 11.0 TERMINATION FOR CONVENIENCE Either the CITY or the CONSULTANT may terminate the Agreement at any time by giving written notice to the other of such termination and specifying the effective date of such termination at least thirty (30) days before said termination date. If the Agreement is terminated by the CITY as provided herein, the CONSULTANT will be paid for services rendered through the date of termination. 12.0 PUBLIC ENTITY CRIMES Pursuant to Florida Statutes § 287.132-133, the City of Clearwater, as a public entity, may not accept any proposal from, award any contract to, or transact any business in excess of the threshold amount provided in § 287.017, F.S., for Category Two (currently $35,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person of affiliate has been removed from the list pursuant to § 287.133 (3)(f), F.S. By submitting a 7 proposal, CONSULTANT is certifying that Florida Statutes 287.132 and 287.133 does not restrict submission. 13.0 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS The CONSULTANT will be required to comply with Section 287.135, Florida Statues, specifically by executing the forms provided (attached). 14.0 RFQ #23-19, STANDARD TERMS AND CONDITIONS All terms and conditions as set forth in RFQ #23-19, Standard Terms of Conditions are incorporated by reference and hereto attached as Exhibit A. 15.0 ORDER OF PRECEDENCE Any inconsistency in documents relating to this Agreement shall be resolved by giving precedence in the following order: (i) this Agreement and subsequent Amendments; (ii) RFQ #23-19, Standard Terms and Conditions; and (iii) Work Orders. 16.0 INSURANCE REQUIREMENTS Insurance Requirements are set forth in Exhibit D, which is incorporated by reference and attached hereto. 17.0 TERMINATION FOR LACK OF FUNDING The CITY’S performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Clearwater City Council. In the event the Clearwater City Council does not appropriate funds in a sufficient amount for CITY to perform its obligations hereunder, CITY may terminate this Agreement upon thirty (30) days written notice to CONSULTANT. 8 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. ____________________________________ WRIGHT-PIERCE, INC. By: ______________________________ Print Name: ____________________ Title: __________________________ WITNESS: By: ______________________________ Print Name: ____________________ Countersigned: CITY OF CLEARWATER ____________________________ ___________________________________ George N. Cretekos William B. Horne II Mayor City Manager Approved as to form: Attest: ____________________________ ___________________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk 9 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM PER SECTION III, ITEM 25, IF YOUR BID IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me on this ______ day of _____________________, 20____, by _________________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ________________________________________ (name of corporation/entity), personally known to me as described herein _____________________, or produced a _________________________ (type of identification) as identification, and who did/did not take an oath. _______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE 10 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM PER SECTION III, ITEM 25, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 5. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 6. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 7. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 8. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me on this ______ day of _____________________, 20____, by _________________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ________________________________________ (name of corporation/entity), personally known to me as described herein _____________________, or produced a _________________________ (type of identification) as identification, and who did/did not take an oath. _______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6624 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 9.12 SUBJECT/RECOMMENDATION: Approve an Engineer of Record (EOR) design Work Order to Metzger and Willard of Tampa, FL, in the amount of $262,020.00 for the Rehabilitation of Lift Stations 54 and 65 and Lift Station Standards (18-0058-UT) and authorize the appropriate officials to execute same. SUMMARY: Lift stations 54 and 65 both have corrosion in interior and exterior discharge piping and pumps, interior concrete walls requiring repair and outdated control panels in need of replacement. EOR Metzger and Willard will provide design, permitting, and bidding services associated with repair and replacement of pipes, pumps, electrical systems, instrumentation and controls at lift stations 54 and 65. Work also includes preparation of standard drawings and specifications that will be used for all new and rehabilitated lift stations within the City of Clearwater. It is anticipated the design will be completed within 320 calendar days from the date of council approval. APPROPRIATION CODE AND AMOUNT: 3217321-5300100-96686 $262,020.00 Funding is available in Capital Improvement Project 96686, Pump Station Replacement, to fund the work order. Page 1 City of Clearwater Printed on 9/5/2019 WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 1 of 14 Revised: 6/19/2019 WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Date: June 19, 2019 Consultant Project Number: 22609.19 City Project Number: 18-0058-UT City Plan Set Number: 2019009 1. PROJECT TITLE: Rehab of LS 54 & 65 and LS Standards 2. SCOPE OF SERVICES: Project Approach Metzger & Willard Inc. will manage the Rehab of LS 54 & 65 and LS Standards project and perform the primary design functions. Subcontractors will be utilized for the structural and electrical design portions of the project. Structural design and related specifications will be provided by Broadway Engineering. Electrical design and related specifications will be provided by Tricon Engineering. Due to the number of electrical variations involved in the lift station standards the electrical design represents a significant portion of the design effort. Lift Station 54 Lift Station 54 is located on the west side of N McMullen Booth Road approximately ½ mile south of Enterprise Road and is contained within a 20-foot X 20-foot easement. The station receives gravity flow from the surrounding residential units. The station consists of one wet well with a separate valve vault. There are two (2) five (5) HP pumps installed. There is no terminal valve on the pump station discharge force main. The pump station is located in an area of minimal flood hazard. Structurally, the pump station appears to be in good shape. The wet well and valve vault concrete is uncoated and do not appear to show signs of deterioration. However, the pump discharge risers are corroded. The lift station is fitted with two (2) five (5) HP pumps. The pumps discharge into a force main on the east side of McMullen Booth. Due to the force main pressure, station discharge rate is sometimes lower than desirable but no spills have been reported as a result. The control panel is an outdated design and is in poor condition. WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 2 of 14 Revised: 6/19/2019 Existing pump information and site land survey to be provided by the City of Clearwater prior to design commencement. The following work is required to be performed in order to bring the facility up to the current City standards for lift stations: a. Replace the existing pumps with new units. Based on flow and pressure data provided by the City the existing pumps will be evaluated to determine if they can be optimized to provide a higher flow and pressure while maintaining the existing site electrical service. b. Replace all piping, fittings, valves, pump base elbows, and all appurtenances except two new check valves in the valve vault and the stainless-steel pump rails and float hanger. c. Clean, repair leaks and coat the interior of the wet well and valve vault. d. Address bypass needs during construction. e. Install a line stop if needed and provide an isolation valve downstream of the valve vault. The existing force main shall be restrained as appropriate. f. Install safety grates on the existing wet well and valve vault hatches. The valve vault shall also receive a ladder for access. All existing hardware will be repaired/replaced as required. g. Prepare a Pinellas County Right Of Way (ROW) use permit. h. Install Cured-In-Place Pipe (CIPP) lining in the terminal gravity line from terminal manhole to wet well if needed. i. Replace the control panel, rack, disconnect and meter box with the current City standard control panel. The control panel should be stainless steel with sunshields on all sides except the rear. Arc flash calculations shall be completed and arc flash labels shall be affixed to the appropriate panels. The panel shall include hour and amp meters to be located on the exterior of the dead front panel (inside of outer door). j. Relocate the existing Dataflow TCU unit with a new panel to the new control rack. The new TCU panel should be white powder coat as supplied by Data Flow Systems. A DFS RIO board should be included to process the inputs from the flow meter and rain gauge. k. Evaluate the site for a natural gas fueled emergency generator. In the event that a generator will fit on the site a chain link fence with green slats will be specified. l. Install an LED area light for the new panel. m. Install a flow meter between the new isolation valve and valve vault. Due to the size of the station a meter bypass is not needed. n. Determine the feasibility of installing a light fixture within the wet well. o. Reuse the existing antenna. Relocate onsite as needed. p. Install a SCADA connected rain gauge. q. A spare pump shall be provided by the Contractor. r. Electrical design to include P&ID drawings. s. Electrical panels shall be located above flood and storm surge levels as directed by the City. WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 3 of 14 Revised: 6/19/2019 t. Investigate the use of a stilling well or other means for restraining the pressure transducer. Lift Station 65 Lift Station 65 is located at 1881 Virginia Street, on the south side, approximately ¼ mile east of Keene Road. The property is owned by Spring Lake Homeowners I within a 50- foot X 50-foot utility easement. The station receives gravity flow from the surrounding residential units. The station consists of one square wet well (approximately 12’ X 12’) with a separate valve vault. This is a triplex station but there are currently only two (2) ten (10) HP pumps installed. There is no terminal valve on the pump station discharge force main. The pump station is located in a zone A flood area with no base elevation determined. Structurally, the pump station wet well appears to be in good shape. The T-lock has signs of perforation in some areas. Other areas show signs of detachment with ground water forming bulges in the lining. Piping within the wet well is heavily corroded. Existing pump information and site land survey to be provided by the City of Clearwater prior to design commencement. The following work is required to be performed in order to bring the facility up to the current City standards for lift stations: a. Install three (3) new pumps to match the existing units. b. Replace all piping, fittings, valves, pump base elbows, and all appurtenances. Existing vaults will be removed and all piping and valves will be routed above grade (subject to workshop discussion). c. Strip the existing T-lock lining system, clean, repair leaks and coat the interior of the wet well and valve vault. d. Install CIPP lining in the terminal gravity main. e. Address bypass needs during construction. f. Install a line stop (if needed) and isolation valve downstream of the valve vault. The existing force main shall be restrained as appropriate. g. Install new hatches with safety grates on the wet well. h. Verify that all utility construction is with the prescribed easement. Easement survey and identification will be the responsibility of The City of Clearwater. Title searches and (or) ownership and encumbrance reports are specifically excluded. i. Install perimeter fence (chain link with green slats). j. Clean and paint the exterior of the wet well (Hunter Green). k. Include a housekeeping pad under exterior piping (subject to workshop discussion). l. Install safety railings as appropriate for the top of the wet well. m. Electrical design to include P&ID drawings. n. Replace the control panel, rack, disconnect and meter box with the current City standard control panel. The control panel should be stainless steel with sunshields on all sides except the rear. Arc flash calculations shall be completed and arc flash labels shall WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 4 of 14 Revised: 6/19/2019 be affixed to the appropriate panels. The panel shall include hour and amp meters to be located on the exterior of the dead front panel. Electrical panels shall be located above flood and storm surge levels as directed by the City. o. Relocate the existing Dataflow unit with new panel to the new control rack. The TCU panel should be white powder coat as supplied by Data Flow Systems. A DFS RIO board should be included to process the inputs from the flow meter and rain gauge. p. Reuse the existing antenna. Relocate onsite as needed. q. Install a SCADA connected rain gauge. r. Evaluate the site for a natural gas or diesel fueled emergency generator depending on fuel availability. s. Install an LED area light for the new panel. t. Install a flow meter on the discharge line including a valved bypass for maintenance u. Determine the feasibility of installing a light fixture within the wet well. v. A spare pump shall be provided by the contractor. w. Evaluate and consider sea level rise in design. x. Investigate the use of a stilling well or other means for restraining the pressure transducer. Pump Station Standards a. Standard drawings and specifications will be created for use with all new and rehabilitated sewage pump stations within the City of Clearwater service area. Electrical, structural and mechanical drawings will be created to cover common combinations of wet well size, pump size and voltage. The following will be considered during design: b. Kickoff meeting and two (2) design workshops/brain storming sessions with City Staff. b. Wetwell diameters of six (6), eight (8) and ten (10) feet. c. Grinder, duplex, triplex and pneumatic ejector stations. d. Fillable data/design table on drawings to include: d. Top elevation referenced to base flood elevation adjusted for predicted sea level rise. 1. Flotation calculations 2. Design capacity 3. Wetwell design 4. System and pump curves 5. Float (or transducer) level settings 6. Additional fillable tables as determined at design workshops. 7. Electrical panels shall be located above flood and storm surge levels as directed by the City. e. Generators (natural gas or diesel) for all stations or receptacles as an alternative. f. Odor control or provisions for future odor control g. Wetwell coatings h. Arc Flash requirements i. Watertight hatches j. Lockable disconnects k. SCADA connected Flow Meters l. SCADA connected Rain gauges WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 5 of 14 Revised: 6/19/2019 m. An individual set of design standards to include P&ID drawings. shall be developed for the following categories of Lift Stations: 1. 240V, Single Phase Stations ½ HP to 10 HP (single pump stations) 2. 240V, Single Phase Stations 1 HP to 7.5 HP (duplex pump stations) 3. 240V, Three Phase Stations 9.4 HP to 12 HP (duplex pump stations) 4. 480V, Three Phase Stations 15 HP to 20 HP (duplex pump stations) 5. 480V, Three Phase Stations 25 HP to 30 HP (duplex pump stations w/VFDs) 6. 480V, Three Phase Stations 47 HP to 88 HP (duplex pump stations w/VFDs) 7. 480V, Three Phase Stations 47 HP to 88 HP (triplex pump stations w/VFDs) n. Valve vaults will be avoided in favor of above grade piping with a housekeeping pad. This option will be discussed during design workshops. The design plans shall be compiled using the City of Clearwater Deliverables Standards, as referenced in Attachment A and the Review Period Submittal Requirements, as referenced in Attachment C. I. PRE-DESIGN PHASE “A” Tasks indicate LS Standards Task 1.1 – Kickoff Meeting and Site Visit Attend a kickoff meeting at the City’s office to review the project scope, objective, deliverables, and schedule. Discuss project communications and provide a list of required information to be provided by the City for completion of the project. A site visit will then be held with MWI and the City to gather field information. Meeting notes will be prepared by MWI and distributed by email to meeting attendees. Task 1A.1 – Kickoff Meeting and Design Workshops Attend a kickoff meeting at the City’s office to review the project scope, objective, deliverables, and schedule. Discuss project communications and provide a list of required information to be provided by the City for completion of the project. Attend two (2) Standards design/brainstorming workshops with City staff to discuss the pump station standards. One workshop to be held prior to the 30% submittal and one before the 60% submittal. Meeting notes will be prepared by MWI and distributed by email to meeting attendees. II. DESIGN PHASE “A” Tasks indicate LS Standards Task 2.1 – Health and Safety Plan Prepare and submit a Health & Safety Plan, which may include at a minimum the following: a. Project Team Organization and Responsibilities with contact information b. Hazards Analysis 1. General 2. Chemical Exposure Hazards WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 6 of 14 Revised: 6/19/2019 3. Physical Hazards Temperature; noise; air pollution; slips, trips, and falls; fire and explosions; confined space; working near equipment; electricity; utilities; and vehicular traffic 4. Biological Hazards Animals and insects c. Task Hazard Analysis d. Emergency Response Plan Locations of emergency facilities Routes to emergency facilities e. Record Keeping Requirements f. The health and safety plan is for use by Metzger + Willard, Inc employees and any subconsultants on the contract. It is anticipated that the Contractor’s safety plan will prevail for the Contractor and their subcontractors. Task 2.2 and 2A.2 – 30% Design Submittal Prepare and submit 30% design plans for the City review and comment. a. Evaluate the pumps at lift station 54 based on flow and pressure data provided by the City and recommend pumps suitable for use with the existing electrical feed (Task 2.2 only). b. Develop the sequence of construction to minimize interruption of the existing system (Task 2.2 only). c. Include a list of technical specifications. Submittal to be four sets of hard copy documents along with PDF and native files. d. Include a preliminary opinion of probable construction cost and construction schedule. Submittal will be four (4) sets of 8-1/2” X 11” or 11” X 17” hard copy documents along with PDF and Native files. e. Prepare and submit to the City the 30% plans for the proposed improvements for review and comment. Submittal will be four (4) sets of 24” X 36” hard copy drawings along with PDF files. f. Attend a review workshop with the City to and discuss the City’s review comments for incorporation into the next design phase. Prepare and transmit the meeting notes to attendees by email. g. Structural drawings will not be included in the 30% design package. Task 2.3 and 2A.3– 60% Design Submittal a. Prepare and submit 60% design plans for the City review and comment. The design plans will incorporate review comments provided by the City on the Basis of Design submittal. Submittal will be four (4) sets of 24” X 36” hard copy drawings along with PDF and Native files. WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 7 of 14 Revised: 6/19/2019 b. Prepare and submit technical specifications for the City review and comment. Submittal will be four (4) sets of hard copy specifications along with PDF and Native files. c. Prepare and submit an updated opinion of probable cost of construction and construction schedule for the City review and comment. Submittal will be four (4) sets of hard copy documents along with PDF and Native files. d. Attend a review workshop with the City to and discuss the City’s review comments for incorporation into the next design phase. Prepare and transmit the meeting notes to attendees by email. Task 2.3 and 2A.3– 90% Design Submittal a. Prepare and submit 90% design plans for City review and comments. The design plans will incorporate the previous review comments. Submittal will be four (4) sets of 24” X 36” hard copy drawings along with PDF and Native files. b. Prepare and submit updated technical specifications and the City’s front- end contract documents and bid tabulation for City review and comment. Submittal will be four (4) sets of hard copy specifications along with PDF and Native files. c. Update the opinion of probable construction cost and construction schedule and submit for City review and comment. Submittal will be four (4) sets of hard copy documents along with PDF and Native files. d. Attend a review workshop with the City to and discuss the City’s review comments for incorporation into the next design phase. Prepare and transmit the meeting notes to attendees by email. III. FINAL DESIGN PHASE “A” Tasks indicate LS Standards Task 3.1 and 3A.1 – Final Design Submittal a. Prepare and submit the Final Contract Documents to the City for use in obtaining bids for the construction of the project. Submittal will be four (4) sets of 24” X 36” hard copy drawings along with PDF and Native files. b. Prepare and submit updated technical specifications and the City’s front- end contract documents and bid tabulation for use in obtaining bids. Submittal will be four (4) sets of hard copy specifications along with PDF and Native files. c. Update and submit the final opinion of probable construction cost. Submittal will be four (4) sets of hard copy specifications along with PDF and Native files. d. Update and submit the final construction schedule. Submittal will be four (4) sets of hard copy specifications along with PDF and Native files. IV. PERMITTING PHASE Task 4.1– City of Clearwater Building Permits (LS 54 and 65 only) WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 8 of 14 Revised: 6/19/2019 a. Prepare eight (8) sets of 90% signed and sealed plans and submit for Building Permit applications for Lift Station 54. Plans shall be shall include the watermark “Permit Review Set” (24” X 36”). b. Prepare eight (8) sets of 90% signed and sealed plans and submit for Building Permit applications for Lift Station 65. Plans shall be shall include the watermark “Permit Review Set” (24” X 36”). c. Respond to Building Department comments as needed. Task 4.2 – Prepare Request for ERP Exemption a. Prepare an application for request for Verification of Exemption from the Environmental Resource Permit for Lift Station 65. V. BIDDING PHASE Task 5.1 – Pre-bid Conference a. Attend a pre-bid conference with the City’s staff. It is assumed that the two stations will bid as one project. Task 5.2 – RFI review/Addenda a. Review requests for information (RFI) from potential bidders and draft addenda responses as necessary. Task 5.3 – Bid Review and Recommendation a. Evaluate the bidder’s proposals and provide the City with a recommendation for award. Task 5.4 – Conformed Drawings and Specifications a. Incorporate changes made by addenda to the plans and specifications. All addenda will be included inside the front cover of the specifications and changes will be made to the body of the affected text. Drawings will be updated and include revision notes as appropriate. Submittal will be four (4) sets of 24” X 36” hard copy drawings and 8-1/2” X 11” hard copy specifications along with PDF and Native files. 3. PROJECT GOALS: The project goals include providing the City with updated controls, pumps, piping, wet well coating, flow meters and backup power for Lift Stations 54 and 65 using topographic surveys provided by the City. A set of pump station standards covering the most common pump stations within the City will also be developed. TASK DESCRIPTION DELIVERABLE FORMAT NUMBER 1.1 Kick-Off Meeting-LS 1A.1 Workshops-Standards Meeting Notes Electronic: PDF 1-Distribution WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 9 of 14 Revised: 6/19/2019 TASK DESCRIPTION DELIVERABLE FORMAT NUMBER 2.1 Health and Safety Plan Health and Safety Plan Paper: 8-1/2 X 11 4 Electronic: PDF, Native 1 2.2 30% Submittal 30% Plans Paper: 24 X 36 4 Electronic: PDF 1 Specification List Paper: 8-1/2 X 11 4 Electronic: PDF, Native 1 Opinion of Cost Paper: 8-1/2 X 11 4 Electronic: PDF, Native 1 Construction Schedule Paper: 11 X 17 4 Electronic: PDF 1 30% Meeting Notes Electronic: PDF 1-Distribution 2.3 60% Design 60% Plans Paper: 24 X 36 4 Electronic: PDF, Native 1 Technical Specifications Paper: 8.5 X 11 4 Electronic: PDF, Native 1 Opinion of Cost Paper: 8.5 X 11 4 Electronic: PDF, Native 1 Construction Schedule Paper: 11 X 17 4 Electronic: PDF 1 60% Meeting Notes Electronic: PDF 1-Distribution 2.4 90% Design 90% Plans Paper: 24 X 36 4 Electronic: PDF, Native 1 Contract Specifications Paper – 8.5 X 11 4 Electronic: PDF, Native 1 Opinion of Cost Paper – 8.5 X 11 4 Electronic: PDF, Native 1 Construction Schedule Paper – 11 X 17 4 Electronic: PDF, Native 1 90% Meeting Notes Electronic: PDF 1-Distribution 3.1 Final Design Final Plans – Signed and Sealed Paper: 24 X 36 4 Electronic: PDF, Native 1 Contract Specifications Paper – 8.5 X 11 4 Electronic: PDF, Native 1 Opinion of Cost Paper – 8.5 X 11 4 Electronic: PDF, Native 1 Construction Schedule Paper – 11 X 17 4 Electronic – PDF 1 4.1 Clearwater Building Permit 90% Plans-Signed and Sealed with Watermark Paper 24 X 36 16 4.2 DEP ERP Verification of Exemption for LS 65 Electronic – PDF 1 5.3 Bid Review/Award Letter of Recommendation Electronic – PDF 1 5.4 Conformed Documents Conformed Plans Paper: 24 X 36 4 Electronic: PDF, Native 1 Conformed Specifications Paper: 8-1/2 X 11 4 Electronic: PDF, Native 1 4. BUDGET: This price includes all labor and expenses anticipated to be incurred by Metzger & Willard, Inc. for the completion of these tasks in accordance with Professional Services Method “A” – Cost WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 10 of 14 Revised: 6/19/2019 Times Multiplier Basis, for a fee not to exceed Two Hundred Sixty-Two Thousand Twenty and 00/100 Dollars ($262,020). See Attachment “B”. permit application fees will be paid by the consultant and invoiced to the City as a reimbursable 5. SCHEDULE: The project, design through bid, is to be completed in approximately Eleven (11) months from issuance of notice-to-proceed. The project deliverables are to be phased as follows: 30% Construction Plans 149 calendar days 60% Construction Plans and Permit Applications 246 calendar days 90% Construction Plans 298 calendar days Final Construction Documents 320 calendar days 6. STAFF ASSIGNMENT (Consultant): City Staff Todd Kuhnel Project Manager Kervin St. Aimie Maintenance Coordinator Mike Gillian Public Utilities Infrastructure Maintenance Manager Jeremy J. Brown, PE Utilities Engineering Manager Richard G. Gardner, PE Public Utilities Assistant Director MWI Staff Nancy O. Metzger, PE Principal in Charge Susan G. Martelli, PE QA/QC Joe Martelli, PE Project Manager 7. CORRESPONDENCE/REPORTING PROCEDURES: ENGINEER’s project correspondence shall be directed to: Primary: Joe Martelli, PE, Senior Project Manager, Secondary: Susan Martelli, PE, VP Engineering. All City project correspondence shall be directed to: Todd Kuhnel, Project Manager, with copies to Public Utilities Engineering Manager and Public Utilities Assistant Director 8. INVOICING/FUNDING PROCEDURES: For work performed, invoices shall be submitted monthly to the: WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 11 of 14 Revised: 6/19/2019 City of Clearwater, Engineering Department Attn. Veronica Josef, Senior Staff Assistant PO Box 4748 Clearwater, Florida 33758-4748. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: 3217321-530100-96686 for $262,020 9. INVOICING PROCEEDURES At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: A. Project Name and Number, Purchase Order Number and Contract Amount. B. The time period (begin and end date) covered by the invoice. C. A short narrative summary of activities completed in the time period D. Contract billing method – Cost Times Multiplier E. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). F. If Cost Times Multiplier, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). G. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. SPECIAL CONSIDERATIONS: a) The consultant named above is required to comply with Section 119.0701, Florida Statutes (2013) where applicable. b) The City will provide record drawings and design standards for the facilities as applicable. This proposal does not include land survey or existing utility location determination and is based upon all information being obtained from existing record drawings and City- provided survey. c) Lift Stations 54 and 65 will require full topographic survey with the identification of easement boundaries. Survey supplied by the City shall be in the appropriate format to be compatible with Autodesk Civil 3D including surface model. d) The Lift Station 54 and 65 fee is based upon the design and bidding of the two facilities as one project. Breaking the project into two separate projects will constitute additional services. e) The fee includes an ERP (Environmental Resource Permit) verification of exemption. Additional permitting fees, if required, are not included in this proposal. f) Fees for permitting of the Pump Station Standards are not included in this proposal. Attachment “A” WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 13 of 14 Revised: 6/19/2019 CITY OF CLEARWATER ENGINEERING DEPARTMENT WORK ORDER INITIATION FORM CITY DELIVERABLES 1. FORMAT The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. If not available Land Desktop files are still acceptable, however the City or Clearwater is currently phasing out Land Desktop. NOTE: If approved deviation from Clearwater CAD standards are used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562 4762 or email address Tom.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Attachment “B” WORK ORDER INITIATION FORM-Rehab of LS 54 & 65 14 of 14 Revised: 6/19/2019 REHAB OF LIFT STATIONS 54 AND 65 CITY PROJECT 18-0058-UT Metzger and Willard, Inc. WORK ORDER INITIATION FORM PROJECT BUDGET Task Description Subconsultant Services Labor Total 1.0 Pre- Design 1.1 Kickoff Meeting and Site Visit-LS 54 and 65 $1080 $1910 $2,990 1A.1 Kickoff Meeting and two (2) design workshops- Pump Station Standards $1,220 $3,010 $4,230 $7,220 2.0 Design 2.1 Health and Safety Plan $0 $3,290 $3,290 2.2 30% Design Submittal-LS 54 and 65 $8,240 $23,750 $31,990 2.3 60% Design Submittal-LS 54 and 65 $8,610 $13,840 $22,450 2.4 90% Design Submittal-LS 54 and 65 $6,720 $6,120 $12,840 2A.1 30% Design Submittal-PS Standards $0 $28,550 $28,550 2A.2 60% Design Submittal-PS Standards $49,630 $11,880 $61,510 2A.3 90% Design Submittal-PS Standards $27,900 $4,100 $32,000 $192,630 3.0 Final Design Plans and Specifications 3.1 Final Design Submittal-LS 54 and 65 $3,960 $4,150 $8,110 3A.1 Final Design Submittal-PS Standards $5,960 $3,930 $9,890 $18,000 4.0 Permitting Services 4.1 City of Clearwater Building Permits $710 $2,260 $2,970 4.2 ERP-Verification of Exemption $0 $1,470 $1,470 $4,440 5.0 Bid Phase Services 5.1 Pre-Bid Conference $0 $840 $840 5.2 Contractors RFI’s/Addenda $1800 $2,450 $4,250 5.3 Bid Review and Recommendation $0 $1,010 $1,010 5.4 Conformed Drawings and Specs $0 $1,810 $1,810 $7,910 Subtotal, Labor and Subcontractors $230,200 Contingency (10%) $23,020 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) $8,800 Grand Total $262,020 ä MARLO BLVD LEANNE CT N McMULLEN BOOTH RD BARTON LN STEVEN ST LANDMARK DR LAUREN LN WOODCREEK DR EWOODCREEK DR S OAK COVE DR PATRICK PL LOCATION MAP Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com REHAB OF LIFT STATIONS 54 & 65PROJECT (18-0058-UT) Path: V:\GIS\Engineering\Location Maps\Rehab Lift_Stations_54_65.mxd LIFT STATION 651881 Virginia Ave ä VIRGINIA AVE PALM DR N KEENE RD SPRINGRAIN DR N HERCULES AVE PALMETTO DR PINEHURST DR LAKEWOOD DR RIDGEWOOD DR SPRINGWOOD CIR N SPRINGBUSH LN SPRINGFLOWER DR SPRINGWOOD CIR WSPRINGWOOD CIR S LIFT STATION 542304 McMullen Booth Rd SAFETY HARBO R² N.T.S.Scale: CRMMap Gen By:T_KReviewed By:N/AGrid #:N/AS-T-R:Page 1 of 104/23/2019Date: ATLAS PAGE 234A ATLAS PAGE 242A Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6630 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 9.13 SUBJECT/RECOMMENDATION: Award a construction contract to TLC Diversified, Inc. of Palmetto, FL in the amount of $1,980,261.25 for Lift Station 45 Force Main Replacement (17-0016-UT); approve Engineer of Record (EOR) Supplemental Two Work Order from McKim and Creed in the amount of $192,233; and authorize the appropriate officials to execute same. SUMMARY: Lift Station 45 Force Main Replacement project includes installation of approximately 4,500 linear feet of 20-inch HDPE (Directional Drill Pipe) and about 550 linear feet of 16-inch ductile iron pipe (Open Cut) along Gulf Blvd. These improvements are necessary due to a history of maintenance issues along this pipeline. Six bids were received. After reviewing the bids, the EOR recommended award to TLC Diversified Inc. as the lowest responsible bid. In May 2017 and May 2019, City Council and the City Manager respectively, approved an initial Work Order to McKim and Creed in the amount of $170,847.00 to evaluate, design and permit the replacement of the sanitary sewer force main; and Supplemental Work Order 1 in the amount of $10,339.00 for additional geotechnical services related to deeper than anticipated directional drill depths. Supplemental Work Order 2 provides for engineering services and field observation during construction including: shop drawing reviews, responses to contractor requests for information, progress meetings, final inspection and Florida Department of Environmental Protection permit close-out for total work order value of $373,419.00. It is anticipated the construction will be completed within 210 calendar days from issuance of Notice to Proceed. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the sanitary sewer system. APPROPRIATION CODE AND AMOUNT: 3217321-563800-96212 $1,980,261.25 3217321-561300-96212 $ 192,233.00 Funding is available in Capital Improvement Project 96212, Sanitary Sewer Upgrade, to fund the contract and work order. Page 1 City of Clearwater Printed on 9/5/2019 BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT1MOBILIZATION/DEMOBILIZATOIN/GENERAL CONDITIONS LS 1 133,500.00$ 133,500.00$ 200,000.00$ 200,000.00$ 300,000.00$ 300,000.00$ 183,000.00$ 183,000.00$ 80,000.00$ 80,000.00$ 262,000.00$ 262,000.00$ 2 MAINTENANCE OF TRAFFIC LS 1 33,500.00$ 33,500.00$ 74,000.00$ 74,000.00$ 150,000.00$ 150,000.00$ 8,200.00$ 8,200.00$ 80,000.00$ 80,000.00$ 100,000.00$ 100,000.00$ 3 GROUT FILL EXISTING FORCE MAIN LF 4710 8.85$ 41,683.50$ 2.00$ 9,420.00$ 20.00$ 94,200.00$ 14.00$ 65,940.00$ 16.00$ 75,360.00$ 25.00$ 117,750.00$ 4 INSTALL FORCE MAIN BY OPEN CUT LF 560 271.00$ 151,760.00$ 145.00$ 81,200.00$ 810.00$ 453,600.00$ 232.00$ 129,920.00$ 499.00$ 279,440.00$ 390.00$ 218,400.00$ 5 INSTALL FORCE MAIN BY HORIZONTAL DIRECTIONAL DRILL LF 4150 244.00$ 1,012,600.00$ 298.00$ 1,236,700.00$ 330.00$ 1,369,500.00$ 232.00$ 962,800.00$ 250.00$ 1,037,500.00$ 340.00$ 1,411,000.00$ 6 PLUG VALVES EA 4 8,800.00$ 35,200.00$ 9,000.00$ 36,000.00$ 11,500.00$ 46,000.00$ 33,500.00$ 134,000.00$ 11,850.00$ 47,400.00$ 8,000.00$ 32,000.00$ 7 COMPACT DUCTILE IRON FITTINGS TON 5 15,800.00$ 79,000.00$ 16,000.00$ 80,000.00$ 30,000.00$ 150,000.00$ 16,000.00$ 80,000.00$ 11,000.00$ 55,000.00$ 20,000.00$ 100,000.00$ 8 JOINT RESTRAINTS EA 28 498.00$ 13,944.00$ 150.00$ 4,200.00$ 400.00$ 11,200.00$ 1,000.00$ 28,000.00$ 1,107.00$ 30,996.00$ 450.00$ 12,600.00$ 9 AUTOMATIC AIR RELEASE VALVE ASSEMBLIES EA 5 6,650.00$ 33,250.00$ 4,200.00$ 21,000.00$ 7,300.00$ 36,500.00$ 8,200.00$ 41,000.00$ 9,475.00$ 47,375.00$ 7,050.00$ 35,250.00$ 10 CONNECTIONS TO EXISTING FORCE MAIN -$ -$ -$ -$ -$ -$ A-CONNECTION TO EXISTING FORCE MAIN (STA 0+85)EA 1 23,450.00$ 23,450.00$ 7,000.00$ 7,000.00$ 130,000.00$ 130,000.00$ 13,000.00$ 13,000.00$ 14,100.00$ 14,100.00$ 60,000.00$ 60,000.00$ B-CONNECTION TO EXISTING FORCE MAIN (STA 56+70)EA 1 3,950.00$ 3,950.00$ 10,000.00$ 10,000.00$ 100,000.00$ 100,000.00$ 13,000.00$ 13,000.00$ 14,100.00$ 14,100.00$ 30,000.00$ 30,000.00$ 11 UNSUITABLE SOIL REMOVAL AND REPLACEMENT CY 100 75.00$ 7,500.00$ 5.00$ 500.00$ 80.00$ 8,000.00$ 110.00$ 11,000.00$ 45.00$ 4,500.00$ 42.00$ 4,200.00$ 12 MILLING AND RESURFACING SY 9600 21.50$ 206,400.00$ 14.00$ 134,400.00$ 20.00$ 192,000.00$ 15.00$ 144,000.00$ 18.00$ 172,800.00$ 18.00$ 172,800.00$ 13 THERMOPLASTIC STRIPING LS 1 24,500.00$ 24,500.00$ 15,000.00$ 15,000.00$ 70,000.00$ 70,000.00$ 22,000.00$ 22,000.00$ 46,500.00$ 46,500.00$ 60,000.00$ 60,000.00$ SUBTOTAL 1,800,237.50$ 1,909,420.00$ 3,111,000.00$ 1,835,860.00$ 1,985,071.00$ 2,616,000.00$ 14 10% CONTINGENCY LS 1 180,023.75$ 180,023.75$ 190,942.00$ 190,942.00$ 311,100.00$ 311,100.00$ 183,586.00$ 183,586.00$ 198,507.10$ 198,507.10$ 261,600.00$ 261,600.00$ TOTAL CONTRACT 1,980,261.25$ 2,100,362.00$ 3,422,100.00$ 2,019,446.00$ 2,183,578.10$ 2,877,600.00$ Bid Tabulations are not public until 30 days after bid opening or upon award by City Council, whichever occurs first. Westra Construction Corp 1263 12th Ave E Palmetto, FL 34221 17-0016-UT Lift Station 45 Force Main Replacement BID OPENING - August 6th, 2019 AWARD - September 5th, 2019 Rowland, Inc 6855 102nd Ave. N. Pinellas Park, FL 33782 T B Landmark Construction, Inc 11220 New Berlin Rd. Jacksonville, FL 32226 Southern Underground Industries, Inc 5979 NW 151st St, Ste 223 Miami Lakes, FL 33014 TLC Diversified, Inc 2719 17th Street East Palmetto, FL 34221 Metro Equipment Service, Inc 9525 SW 72nd St., Ste 150 Miami, FL 33173 WORK ORDER INITIATION FORM 1 of 8 Revised: 7/22/2019 1365 Hamlet Ave Clearwater, FL 33756, (727) 442‐7196 SUPPLEMENTAL WORK ORDER 2 for the CITY OF CLEARWATER Date: July 31, 2019 Consultant Project Number: 00992-0237 City Project Number: 17-0016-UT City Plan Set Number: 2019005 1. PROJECT TITLE: Lift Station 45 Force Main Replacement – Construction Phase Services 2. SCOPE OF SERVICES: McKim & Creed (Consultant) is finalizing the design plans for the Lift Station 45 force main which consists of approximately 5,000 LF of 16-inch and 20-inch force main located along Gulf Boulevard between Lift Station 45 and the Sand Key Bridge. The force main was originally constructed in the 1970’s and consisted of ductile iron material. Approximately 1,300 LF of the original force main was replaced circa 2000 with PVC material as part of a JPA with Pinellas County. This section of the force main has been repaired several times since 2007; the latest repair occurred in December 2016 after a pipeline break and subsequent minor spill. Considering the repeated repairs on the PVC force main, the remaining force main is approaching 40‐years of services, the increased focus/requirements for spills, and the real impacts to the surrounding properties and water resources, the City decided to replace the force main in its entirety. The City has requested McKim & Creed (Consultant) to provide professional engineering construction phase services. The work included with this scope of services includes the following tasks: Task 1.1- Construction Administration Service It is anticipated that the construction contract will be for 180 consecutive calendar days to substantial completion and 210 consecutive calendar days to final completion. The active construction period is anticipated to be 150 days considering the first 30 days of the contract will be dedicated to shop drawing review; procurement of materials; and mobilization, and the last 30 days of the contract will be dedicated to punch list items and restoration. As such, the provided construction administration and engineering services consider 210 days and the observation services consider 150 days. If the awarded contractor WORK ORDER INITIATION FORM 2 of 8 Revised: 7/22/2019 does not reach substantial completion within the 180 consecutive calendar days, additional construction services will be required. A. Preconstruction Conference: Conduct pre-construction conference with the selected Contractor and CITY staff to review project requirements, coordination, and scheduling. Attendee Sign-In Sheet, Agenda and Minutes of the meeting will be prepared and distributed by the CONSULTANT to all attendees and other stakeholders. Sign-in sheet will be attached to the minutes to clarify attendance. B. Project Administration: Provide project and construction administration services needed during the duration of the Project. Project documents will include project setup, monthly status reports to accompany monthly invoices, general correspondence with the City, Regulatory Agencies and Contractor, hard and electronic filing systems. The CONSULTANT shall be responsible maintaining project logs for submittals requests for information (RFI) and change orders documents. The CONSULTANT shall periodically monitor logs and report the status (on-time, late, overdue, etc.) to the CITY. C. Progress Meetings: Administer 7 monthly progress meetings subsequent to the preconstruction conference with the Contractor and the CITY to review project status including work progress, schedule, submittals, change orders, and RFIs. Attendee Sign- In Sheet, Agenda and Minutes of the meeting will be prepared and distributed via email by the CONSULTANT to all attendees and other stakeholders. Sign-in sheet will be attached to the minutes to clarify attendance. D. Pay Applications: Review Contractor’s request for payment, compare request with work completed, verify accuracy and recommend appropriate action by the CITY. The review of 7 pay requests has been included in this scope of services. E. Project Closeout: Administer project closeout by collecting and submitting contract closeout documents including record drawings, release of liens, warranties, manuals, final change order, and other required documents. A project dossier consisting of the following will be provided by CONSULTANT: • Files of correspondence, meeting minutes, Contract documents, change orders, field orders, RFIs, work change directives, addenda, additional Drawings issued subsequent to the execution of the Contract, progress reports, shop drawing and progress submittals, regulatory correspondence and other Project-related documents such as O&M manuals and warranty information, as available. • At the conclusion of the project, ENGINEER will combine this information into a project dossier and submit to the City for review and comment. The project dossier will be submitted electronically on CD/DVD ROM. CONSULTANT will address one round of City comments. F. Public Outreach Support: Attend up to two (2) public outreach meetings at a location in the vicinity of the project area to support the CITY’s public outreach efforts by WORK ORDER INITIATION FORM 3 of 8 Revised: 7/22/2019 answering technical questions. CONSULTANT will develop and mount up to three (3) display boards (24”X36”) to support the meetings. Task 1.2 – Construction Engineering Services A. Submittals: Review up to 30 Contractor submittals including shop drawings, O&M Manuals, and product substitutions for compliance with the Contract Documents. Product substitutions will require City input prior to approval. CONSULTANT will coordinate the review process and maintain a submittal review log. Reviewed submittals will be distributed to the Contractor and the CITY. A submittal receipt/response log will be maintained. B. RFIs: Review and respond to Contractor’s RFI. An RFI receipt/response log will be maintained. C. Change Orders: Review change requests submitted by the Contractor and make recommendations to the CITY. Maintain a log to track change orders and costs. D. Material Testing: Review and log results of material testing (concrete, pipe pressure, compaction, etc.) for compliance with the Contract Documents. Copies of the testing results will be forwarded to the CITY. Material testing and test reports will be provided by the Contractor. E. Periodic Engineer Site Visits: Engineer of Record will visit the site an average of every two weeks for 4 hrs (including travel) per trip over the anticipated active construction period of 5 months to observe the work in progress and the various systems and facilities with the respect to their intended function and Contract requirements. F. Record Drawings: Prepare Record Drawings of improvements noting northing, easting and elevation of pipe fittings, valves and air release valves along with top of pipe at 100-ft intervals based on Contractor supplied as-built survey, marked-up drawings and observations. Task 1.3 – Construction Observation Services A. On-Site Construction Observation: Provide full-time (up to 40 hours per week as needed) on-site construction observation for the improvements over the anticipated active construction period of 5 months to observe the work relating to the design requirements, check quantities, review erosion control compliance and assess the Contractor’s markup drawings. A daily report of observed activities, erosion control, construction progress, discussions, and identified deficiencies will be developed for the project record and copies will be provided to the CITY via email on a weekly basis. WORK ORDER INITIATION FORM 4 of 8 Revised: 7/22/2019 B. Substantial and Final Walk Through: Conduct the substantial and final walk-through and prepare punch lists for the Contractor to complete and/or correct items that are required by the Contract Documents. 3. PROJECT GOALS: • Monthly Status Report with Invoice • Pre-construction Meeting Minutes, Agenda and Sign-in Sheet • Construction Progress Meeting Minutes, Agenda and Sign-in Sheet • Public Meeting Display Boards • Changes Order Review and Response • Pay Application Review and Recommendation • Shop Drawing Review • RFI Review and Response • Certified Record Drawings • Daily Observation Reports Submitted on a Weekly Basis • Substantial and Final Punch Lists 4. BUDGET: This price includes all labor and expenses anticipated to be incurred by Mckim & Creed for the completion of these tasks in accordance with Professional Services Method “A” – Cost Times Multiplier Basis for a fee not to exceed One Hundred, Ninety-Two Thousand and Two Hundred Thirty Three Dollars ($192,233.00). 5. SCHEDULE: McKim & Creed will provide the construction services for Tasks 1.1-1.3 in accordance with the CITY’s procurement schedule and the subsequent construction contract schedule for the final completion of the project estimated at 210 consecutive calendar days. 6. STAFF ASSIGNMENT (Consultant): McKim & Creed Staff: A. Street Lee, PE – Principal‐in‐Charge Mitch Chiavaroli, PE – Director of Engineering Blake Peters, PE – Project Engineer City Staff: Todd Kuhnel – Project Manger Jerry Wells – Public Utilities Coordinator Glenn Daniels – Public Utilities Manager Jeremy J. Brown, PE – Utilities Engineering Manager Richard G. Gardner, PE – Public Utilities Assistant Director WORK ORDER INITIATION FORM 5 of 8 Revised: 7/22/2019 7. CORRESPONDENCE/REPORTING/COMMUNICATION PROCEDURES: ENGINEER’s project correspondence shall be directed to: Mitch Chiavaroli, PE Director of Engineering Blake Peters, PE Project Engineer All City project correspondence shall be directed to: Todd Kuhnel Project Manager Jeremy J. Brown, PE Utilities Engineering Manager Richard G. Gardner, PE Public Utilities Assistant Director 8. INVOICING/FUNDING PROCEDURES: For work performed, invoices shall be submitted monthly to the: City of Clearwater, Engineering Department Att. Veronica Josef, Senior Staff Assistant PO Box 4748 Clearwater, Florida 33758-4748 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: 3217321-561300-96212 9. INVOICING PROCEEDURES At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: A. Purchase Order, Project and Invoice Numbers and Contract Amount. B. The time period (begin and end date) covered by the invoice. C. A short narrative summary of activities completed in the time period D. Contract billing method – Lump Sum or Cost Times Multiplier E. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). F. If Cost Times Multiplier, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). G. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. SPECIAL CONSIDERATIONS: The consultant named above is required to comply with Section 119.0701, Florida Statutes (2013) where applicable. WORK ORDER INITIATION FORM 6 of 8 Revised: 7/22/2019 A. The consultant named above is required to comply with Section 119.0701, Florida Statutes (2013) where applicable. B. As-Built survey to be provided by the CONTRACTOR PREPARED BY: APPROVED BY: ________________________ ________________________ A. Street Lee, PE Tara Kivett, P.E. Senior Vice President City Engineer McKim & Creed, Inc. City of Clearwater ___________________ ___________________ Date Date Attachment “A” WORK ORDER INITIATION FORM 7 of 8 Revised: 7/22/2019 CITY OF CLEARWATER ENGINEERING DEPARTMENT WORK ORDER INITIATION FORM CITY DELIVERABLES 1. FORMAT The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. If not available Land Desktop files are still acceptable, however the City or Clearwater is currently phasing out Land Desktop. NOTE: If approved deviation from Clearwater CAD standards are used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562 4762 or email address Tom.Mahony@myClearwater.com. All electronic files including (CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Attachment “B” WORK ORDER INITIATION FORM 8 of 8 Revised: 7/22/2019 Lift Station 45 Force Main Replacement Construction Phase Services City Project #17-0016-UT McKim & Creed, Inc. SUPPLEMENTAL WORK ORDER PROJECT BUDGET Task Description Subconsultant Services Labor Total 1.1 Construction Administration Services A Preconstruction Conference $0 $2,400 $2,400 B Project Administration $0 $10,542 $10,542 C Progress Meetings $0 $7,844 $7,844 D Pay Applications $0 $1,841 $1,841 E Project Closeout $0 $2,800 $2,800 F Public Outreach Support $0 $3,716 $3,716 $29,143 1.2 Construction Engineering Services A Submittals $0 $18,616 $18,616 B RFIs $0 $7,512 $7,512 C Change Orders $0 $2,018 $2,018 D Material Testing $0 $1,156 $1,156 E Periodic Engineer Site Visits $0 $6,838 $6,838 F Record Drawings $0 $4,196 $4,196 $40,336 1.3 Construction Observation Services A On-Site Construction Observation $0 $100,850 $100,850 B Substantial and Final Walk Through $0 $4,428 $4,428 $105,278 Subtotal, Labor and Subcontractors $174,757 Permit Review Fees $0 10% Contingency $ 17,476 Other Direct Costs (prints, photocopies, postage, etc.) $0 Grand Total $192,233 SECTION V Page i Updated: 8/3/2018  SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND ......................................................................................................... 1  CONTRACT ................................................................................................................................................ 3  CONSENT OF SURETY TO FINAL PAYMENT .................................................................................. 7  PROPOSAL/BID BOND ............................................................................................................................ 8  AFFIDAVIT ................................................................................................................................................ 9  NON COLLUSION AFFIDAVIT............................................................................................................ 10  PROPOSAL ............................................................................................................................................... 11  CITY OF CLEARWATER ADDENDUM SHEET ............................................................................... 13  BIDDER’S PROPOSAL ........................................................................................................................... 14  SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM ....................................................................................................................... 15  SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM ...... 16  SECTION V – Contract Documents SECTION V Page 1 of 16 Updated: 10/12/2018 Bond No.:________________ PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER TLC Diversified, Inc. 2719 17th St E, Palmetto, FL 34221 941-722-0621 [name] [principal business address] [phone number] City of Clearwater Engineering Dept. 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4747 PROJECT NAME: Lift Station 45 Force Main Replacement PROJECT NO.: 17-0016-UT PROJECT DESCRIPTION: Construction of approximately 4,150 linear feet of 20" force main and approximately 560 linear feet of 16" by open cut. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $1,980,261.25, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated _________________, between Contractor and Owner for construction of Lift Station 45 Force Main Replacement 17-0016-UT, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents SECTION V Page 2 of 16 Updated: 10/12/2018 Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) 3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety’s obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). TLC Diversified, Inc By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents SECTION V Page 3 of 16 Updated: 10/12/2018 CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, of the City of ____________________ County of __________________________ and State of Florida, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: Lift Station 45 Force Main Replacement PROJECT NO.: 17-0016-UT in the amount of $1,980,261.25 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents  SECTION V Page 4 of 16 Updated: 8/3/2018  CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents  SECTION V Page 5 of 16 Updated: 8/3/2018  CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 112 S. Osceola Ave., Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d)Upon completion of the contract , transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e)A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f)The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g)A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h)If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1.The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents  SECTION V Page 6 of 16 Updated: 8/3/2018  CONTRACT (4) 2.At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i)A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j)A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) William B. Horne, II City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: George N. Cretekos, Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents SECTION V Page 7 of 16 Updated: 10/12/2018 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: Lift Station 45 Force Main Replacement Engineering Dept. PROJECT NO.: 17-0016-UT 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO. : [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: TLC Diversified, Inc. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: [insert name of Surety] [address] [address] ,SURETY, on bond of TLC Diversified, Inc. 2719 17th St E Palmetto, FL 34221 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal):  SECTION V – Contract Documents  SECTION V Page 11 of 16 Updated: 8/3/2018  PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for LIFT STATION 45 FORCE MAIN REPLACEMENT – 17-0016-UT and doing such other work incidental thereto, all in accordance with the contract documents, marked LIFT STATION 45 FORCE MAIN REPLACEMENT – 17-0016-UT Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. ä GULF BLVD BAYWAY BLVD S GULFVIEW BLV D PARKWAY DR LOCATION MAP Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Lift Station 45 Force Main ReplacementProject 17-0016-UT Path: C:\Users\Christopher.Melone\Downloads\LS-45 force main replacement.mxd PROJECTAREA CLEARWATER PASS CLEARWATER HARBORGULF OFMEXICOSAND KEYPARK GULF BLVDCRMMap Gen By:294AGrid #:17-29s-15eS-T-R:Page 1 of 1TKReviewed By: ² N.T.S.Scale: LS-45 08/16/2019Date: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6631 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 9.14 SUBJECT/RECOMMENDATION: Award a construction contract to Waterfront Engineering, Inc. of Tampa, Florida for 2019 City Seawalls Project (19-0021-EN) in the amount of $254,710.50 and authorize the appropriate officials to execute same. SUMMARY: The 2019 City Seawalls Project consists of repairs at eight locations: five on Island Estates, two at street ends on the intercoastal, and one at the Betty Lane bridge over Stevenson Creek. Repairs include replacement of seawall caps and anchors, installation of secondary tiebacks, drain installation, cleaning of seawall joints, and hydraulic grout installation. Two bids were received, Waterfront Engineering, Inc. is the lowest responsible bid received with plans and specifications. APPROPRIATION CODE AND AMOUNT: ENGF180006-CONS-CNSTRC Funds are available in capital improvement project ENGF180006, Citywide Docks and Seawalls, to fund this contract. Page 1 City of Clearwater Printed on 9/5/2019 BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization/Demobilization for locations (1,2,3,4,&5) including best management practices with regard to erosion control, turbidity barriers, tree barricades, construction fencing, site cleanup, maintenance of traffic and refuse disposal as needed by design plan, work activities and or site conditions for five (5) Island Estates locations. These sites are within ¾ mile of each other and want to use one primary staging area for equipment and storage, see map and or attachments. LS 1 7,500.00$ 7,500.00$ 20,000.00$ 20,000.00$ Location (1) RCP Drain / Seawall Repairs at 270 Skiff Point 2 Perform recommended work within the Engineer Inspection Report along with any additional work to restore the area including fill and or sod. LS 1 2,500.00$ 2,500.00$ 3,500.00$ 3,500.00$ Location (2) Seawall Repairs at 205 Windward Passage 3 Perform recommended work within the Engineer Inspection Report along with any additional work to restore the area including fill and or sod. LS 1 6,500.00$ 6,500.00$ 5,000.00$ 5,000.00$ Location (3) Seawall Repairs at Windward Passage Bridge 155517 4 NE, SE & SW Walls – Installation of PVC drains per plan specifications.EA 7 150.00$ 1,050.00$ 1,100.00$ 7,700.00$ 5 All Walls – Clean and seal vertical joints with hydraulic grout plus additional area of grout on the NE wall. LF 96 75.00$ 7,200.00$ 70.00$ 6,720.00$ 6 NE Wall – Removal and disposal of all debris of indicated seawall cap and pipe cover along with installation of seawall cap tiebacks and 16” wide x 24 ” high concrete seawall cap per plan specifications. LF 24 400.00$ 9,600.00$ 888.00$ 21,312.00$ 7 NW Wall – Removal and disposal of all debris of indicated seawall cap and pipe cover along with installation of seawall cap tiebacks and 16” wide x 24” high concrete seawall cap per plan specifications. LF 24 400.00$ 9,600.00$ 763.00$ 18,312.00$ 8 NE & NW Walls – Re-pour concrete pipe covers after completion of seawall caps.EA 2 750.00$ 1,500.00$ 2,000.00$ 4,000.00$ 9 SE & SW Walls – Installation of new secondary wall tiebacks per plan specifications.EA 6 1,500.00$ 9,000.00$ 2,000.00$ 12,000.00$ 10 SW Wall – Vegetation Removal: (1) Brazilian Pepper, (1) Oleander and (3) Palm Trees.LS 1 700.00$ 700.00$ 500.00$ 500.00$ 11 Ground prep & sod. SF 2000 1.50$ 3,000.00$ 1.00$ 2,000.00$ Location (4) Seawall Repairs at Windward Passage Bridge 155518 12 NE, NW & SW Walls – Installation of (8) PVC drains per plan specifications. SE Wall - Installation of (3) PVC drains that are not on the plan specifications. EA 11 150.00$ 1,650.00$ 1,100.00$ 12,100.00$ 13 NE, NW & SW Walls – Clean and seal vertical joints with hydraulic grout.LF 72 75.00$ 5,400.00$ 70.00$ 5,040.00$ 14 NW wall – Chip and grout around pipe.EA 1 400.00$ 400.00$ 800.00$ 800.00$ 15 NE & SW Walls – Chip and epoxy seal cracks per plan specifications: includes transverse cap cracks and wall cracks. EA 3 75.00$ 225.00$ 1,600.00$ 4,800.00$ 16 SE Wall - Removal and disposal of all debris of indicated seawall and seawall cap along with installation of vinyl sheet piles, filler concrete, cap tiebacks and 30” wide x 14” high concrete seawall cap per plan specifications. LF 23 600.00$ 13,800.00$ 800.00$ 18,400.00$ 17 SW Wall - Removal and disposal of all debris of indicated seawall cap and installation of angle concrete seawall cap per plan specifications. LF 8 400.00$ 3,200.00$ 1,000.00$ 8,000.00$ 19-0021-EN 2019 City Seawalls BID OPENING - August 7, 2019 AWARD - September 5, 2019 Waterfront Engineering, Inc 3940 Fountainebleau Dr. Tampa, FL 33634 M & J Construction of Pinellas Co. Inc., 809 Safford Ave Tarpon Springs, FL 34689 BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT 19-0021-EN 2019 City Seawalls BID OPENING - August 7, 2019 AWARD - September 5, 2019 Waterfront Engineering, Inc 3940 Fountainebleau Dr. Tampa, FL 33634 M & J Construction of Pinellas Co. Inc., 809 Safford Ave Tarpon Springs, FL 34689 18 NW Wall - Removal and disposal of all debris of indicated seawall cap and installation of 14” wide x 14”high concrete seawall cap per plan specifications. LF 16 400.00$ 6,400.00$ 600.00$ 9,600.00$ 19 NE, NW & SW Walls - Installation of new secondary wall tiebacks per plan specifications.EA 5 1,500.00$ 7,500.00$ 2,000.00$ 10,000.00$ 20 NE & SW Walls – Fill voids with pea gravel.EA 2 350.00$ 700.00$ 1,000.00$ 2,000.00$ 21 Ground prep & sod.SF 1725 1.50$ 2,587.50$ 1.00$ 1,725.00$ Location (5) Seawall Repairs at Windward Passage Bridge 155519 22 NE, NW & SE Walls – Installation of PVC drains per plan specifications.EA 8 150.00$ 1,200.00$ 1,100.00$ 8,800.00$ 23 All Walls – Clean and seal vertical joints with hydraulic grout.LF 97 75.00$ 7,275.00$ 70.00$ 6,790.00$ 24 NE Wall - Removal and disposal of all debris of indicated seawall cap and pipe cover along with installation of a 16” wide x 29” high concrete seawall cap per plan specifications. LF 24 400.00$ 9,600.00$ 880.00$ 21,120.00$ 25 NW Wall - Removal and disposal of all debris of indicated seawall cap and pipe cover along with installation of seawall cap tiebacks and 16” wide x 24” high concrete seawall cap per plan specifications. LF 24 400.00$ 9,600.00$ 880.00$ 21,120.00$ 26 SE Wall - Removal and disposal of all debris of indicated seawall cap along with installation of seawall cap tiebacks and 16” wide x 24” high concrete seawall cap per plan specifications. LF 25 400.00$ 10,000.00$ 880.00$ 22,000.00$ 27 SW Wall - Removal and disposal of all debris of indicated seawall cap along with installation of seawall cap tiebacks and 16” wide x 24” high concrete seawall cap per plan specifications. LF 24 400.00$ 9,600.00$ 880.00$ 21,120.00$ 28 NE & NW Walls – Re-pour concrete pipe covers after completion of seawall caps.EA 2 750.00$ 1,500.00$ 2,000.00$ 4,000.00$ 29 NE Wall - Installation of new secondary wall tiebacks per plan specifications.EA 2 1,500.00$ 3,000.00$ 2,000.00$ 4,000.00$ 30 SE Wall – Vegetation removal: Several Oleanders.LS 1 700.00$ 700.00$ 500.00$ 500.00$ 31 Ground prep & sod.SF 2400 1.50$ 3,600.00$ 1.00$ 2,400.00$ Location (6) Seawall Repairs West End of Rogers Street 32 Mobilization/Demobilization including best management practices with regard to erosion control, turbidity barriers, tree barricades, construction fencing, site cleanup and refuse disposal as needed by design plan, work activities and or site conditions. LS 1 1,500.00$ 1,500.00$ 10,000.00$ 10,000.00$ 33 Removal and disposal of all debris of indicated seawall cap along with repouring 19’3” +/- LF of 20” high x 16” wide seawall cap per plan specifications. LS 1 400.00$ 400.00$ 16,500.00$ 16,500.00$ 34 Ground prep & sod.SF 300 1.50$ 450.00$ 1.00$ 300.00$ Location (7) Seawall Repairs West End of Jones Street 35 Mobilization/Demobilization including best management practices with regard to erosion control, turbidity barriers, tree barricades, construction fencing, site cleanup and refuse disposal as needed by design plan, work activities and or site conditions. LS 1 1,500.00$ 1,500.00$ 10,000.00$ 10,000.00$ 36 Installation of (1) new tieback rod and MR-SR Manta Ray per plan specifications.LS 1 1,500.00$ 1,500.00$ 2,000.00$ 2,000.00$ 37 Cleaning around pipe and slab joint, Grouting with hydraulic cement, backfilling void with shell/pea gravel along with topsoil and sod needed for restoration. LS 1 700.00$ 700.00$ 3,000.00$ 3,000.00$ 38 Ground prep & sod.SF 225 1.50$ 337.50$ 1.00$ 225.00$ BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT 19-0021-EN 2019 City Seawalls BID OPENING - August 7, 2019 AWARD - September 5, 2019 Waterfront Engineering, Inc 3940 Fountainebleau Dr. Tampa, FL 33634 M & J Construction of Pinellas Co. Inc., 809 Safford Ave Tarpon Springs, FL 34689 Location (8) Seawall Repairs Stevenson Creek at Betty Lane 39 Mobilization/Demobilization including best management practices with regard to erosion control, turbidity barriers, tree barricades, construction fencing, site cleanup and refuse disposal as needed by design plan, work activities and or site conditions. LS 1 3,000.00$ 3,000.00$ 10,000.00$ 10,000.00$ 40 South side – Installation of tieback rod and MR-1 Manta Ray per plan specifications.EA 2 1,500.00$ 3,000.00$ 2,000.00$ 4,000.00$ 41 South side – Epoxy and grouting.LS 1 700.00$ 700.00$ 1,500.00$ 1,500.00$ 42 North Side – Installation of sheet piles per plan specifications.LF 116 250.00$ 29,000.00$ 400.00$ 46,400.00$ 43 North Side – Installation of tieback system per plan specifications.LS 1 8,000.00$ 8,000.00$ 4,000.00$ 4,000.00$ 44 North side – Filler concrete and capping per plan specifications.LF 116 180.00$ 20,880.00$ 550.00$ 63,800.00$ 45 Ground prep & sod.SF 3000 1.50$ 4,500.00$ 1.00$ 3,000.00$ SUBTOTAL 231,555.00$ 460,084.00$ 46 10% CONTINGENCY LS 1 23,155.50$ 23,155.50$ 46,008.40$ 46,008.40$ TOTAL CONTRACT 254,710.50$ 506,092.40$ Bid Tabulations are not public until 30 days after bid opening or upon award by City Council, whichever occurs first. SECTION V – Contract Documents  SECTION V Page 1 of 20 Updated: 10/12/2018  Bond No.:________________ PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph.” CONTRACTOR SURETY OWNER Waterfront Engineering, Inc. 3940 Foutainebleau Dr. Tampa, FL 33634 813-210-7777 [name] [principal business address] [phone number] City of Clearwater Engineering Dept. 100 S. Myrtle Avenue Clearwater, FL 33756 (727) 562-4747 PROJECT NAME: 2019 City Seawalls PROJECT NO.: 19-0021-EN PROJECT DESCRIPTION: The overall project consists of performing seawall repairs per engineer plans and recommendations at eight locations within the City of Clearwater. BY THIS BOND, We, __________________________________, as Contractor, and __________________________________________________, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $254,710.50 for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1.Performs the contract dated _________________, between Contractor and Owner for constructionof 2019 City Seawalls 19-0021-EN, the contract documents being made a part of this bond byreference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterationsas may be made in said Plans and Specifications as therein provided for), at the times and in themanner prescribed in the contract; and 2.Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V – Contract Documents  SECTION V Page 2 of 20 Updated: 10/12/2018  Bond No.:________________ PUBLIC CONSTRUCTION BOND (2) 3.Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and4.To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, theirofficers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentionalwrongful misconduct of Contractor and persons employed or utilized by Contractor in theperformance of the construction contract; and 5.Performs the guarantee of all work and materials furnished under the contract for the time specifiedin the contract, then this bond is void; otherwise it remains in full force.6.Any action instituted by a claimant under this bond for payment must be in accordance with thenotice and time limitation provisions in Section 255.05(2), Florida Statutes.7.Any changes in or under the contract documents and compliance or noncompliance with anyformalities connected with the contract or the changes does not affect Surety’s obligation underthis bond, and Surety does hereby waive notice of any such change, extension of time, alteration oraddition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day of ________________, 20___. (If sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). Waterfront Engineering, Inc. By: ____________________________ Title: ____________________________ Print Name: ____________________________ WITNESS: WITNESS: _______________________________________ _______________________________________ Corporate Secretary or Witness Print Name: ____________________________ Print Name: _____________________________ (affix corporate seal) _______________________________________ (Corporate Surety) By: _________________________________ ATTORNEY-IN-FACT Print Name: ___________________________ (affix corporate seal) (Power of Attorney must be attached) SECTION V – Contract Documents  SECTION V Page 3 of 20 Updated: 10/12/2018  CONTRACT (1) This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and _____________________________________, of the City of ____________________ County of __________________________ and State of Florida, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: 2019 City Seawalls PROJECT NO.: 19-0021-EN in the amount of $254,710.50 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V – Contract Documents  SECTION V Page 4 of 20 Updated: 10/12/2018  CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V – Contract Documents  SECTION V Page 5 of 20 Updated: 10/12/2018  CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 727-562-4092, Rosemarie.Call@myclearwater.com, 112 S. Osceola Ave., Clearwater, FL 33756 The contractor’s agreement to comply with public records law applies specifically to: a)Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b)Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c)Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d)Upon completion of the contract , transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e)A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f)The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g)A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h)If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1.The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V – Contract Documents  SECTION V Page 6 of 20 Updated: 10/12/2018  CONTRACT (4) 2.At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i)A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j)A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: __________________________________ (SEAL) William B. Horne, II City Manager Attest: Countersigned: __________________________________________ Rosemarie Call City Clerk By: __________________________________ Approved as to form: George N. Cretekos, Mayor __________________________________________ Owen Kohler Assistant City Attorney Contractor must indicate whether: ______ Corporation, ______ Partnership, ______ Company, or ______ Individual __________________________________________ (Contractor) By: _________________________ (SEAL) Print Name: ________________________________ Title: _____________________________________ The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation – provide Affidavit. SECTION V – Contract Documents  SECTION V Page 7 of 20 Updated: 10/12/2018  CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2019 City Seawalls Engineering Dept. PROJECT NO.: 19-0021-EN 100 S. Myrtle Ave. CONTRACT DATE: [__________] Clearwater, FL 33756 BOND NO. : [__________], recorded in O.R. Book [____], Page [____], of the Public Records of Pinellas County, Florida. CONTRACTOR: Waterfront Engineering, Inc. Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: [insert name of Surety] [address] [address] ,SURETY, on bond of Waterfront Engineering 3940 Foutainebleau Dr Tampa, FL 33634 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater Engineering Dept. 100 S. Myrtle Ave. Clearwater, FL 33756 ,OWNER, as set forth in said Surety’s bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ___________, ______ __________________________________________ (Surety) __________________________________________ (Signature of authorized representative) __________________________________________ (Printed name and title) Attest: (Seal): ^_^_^_ ^_ ^_ ^_ ^_ ^_N BETTY LN DREW ST COURT ST DRUID RD I SLAND WAY TURNER ST MEMORIAL CSWY CLEVELAND ST N MYRTLE AVE SEMINOLE ST N FORT HARRISON AVE N GARDEN AVE PALMETTO ST JEFFORDS ST N OSCEOLA AVE BAY AVE GROVE ST S MYRTLE AVE VINE AVE JONES ST DOUGLAS AVE MI DWAY I S PIERCE ST S MISSOURI AVE SNUG I S SUNSET POINT RD S PROSPECT AVE CHESTNUT ST MARSHALL ST HARBOR I S OVERBROOK AVE N MARTIN LUTHER KING, JR. AVE S LINCOLN AVEGULF BLVD H A R B O R D R LAURA ST LEEWARD IS PARK ST WINDWARD I S OAK AVE JACKSON RD WINDWARD PSGE MAGNOLIA DR SEDEEVA ST PENNSYLVANIA AVE PINE ST ROLLEN RD SUNSET DR S MARTIN LUTHER KING, JR. AVE HOLT AVE HART ST WOODLAWN TER PINELAND DR FULTON AVE LOTUS PATH CHARLES ST FRANKLIN ST SYLVAN DR JASMINE WAY GOULD ST P A L M IS S EPALM IS N E STATE ST ENGMAN ST S BETTY LN ROGERS ST MAPLE ST LARBOARD WAY MARK DR EDGEWATER DR RUSSELL ST SEDEEVA CIR N EWING AVE ORANGE AVE S YORK CIR ELDRIDGE ST N EAST AVENE CLEVELAND ST N PRESCOTT AVE NICHOLSON ST S OSCEOLA AVE H A R B O R P S G E LEBEAU ST CALUMET ST PLEASANT ST CARLTON ST WEST AVE PRINCESS ST CLAIRE DR WATTERSON AVE N LADY MARY DR ALOHA LN FERN AVE JEFFORDS ST ELDRIDGE ST LOTUS PATH LOTUS PATH PINE ST MAGNOLIA DR PIERCE ST LOCATION MAP ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com 2019 City SeawallsProject # 19-0021-EN Page 1 of 1Date:8/16/2019XXXXGrid #:XX-XXs-XXeS-T-R:CRMMap Gen By:SKReviewed By: Document Path: C:\Users\Christopher.Melone\Downloads\2019 City Seawalls_19-0021-EN.mxd Text Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6686 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 9.15 SUBJECT/RECOMMENDATION: Provide direction regarding development of a program for businesses to provide for-hire motorized scooters to the public and for the use of these and other micromobility devices in the city. SUMMARY: The past few years have seen an explosive growth in businesses offering dockless motorized scooters for-hire using a reservation system (commonly known as e-scooters). Cities have had to quickly determine how to regulate the use of these devices and the businesses that provide this service. The Florida Legislature passed House Bill 453 in the Spring 2019 session, designating motorized scooters available by reservation (for-hire) with a maximum operating speed of 20 miles per hour as “micromobility devices”, and gave riders of these vehicles the same rights and duties of a bicycle rider. This legislation was signed into law on June 18, 2019 and took effect immediately, thereby allowing riders to use their motorized scooters on sidewalks and in roads, the same as a bicyclist is allowed. However, the bill preserved home rule rights to allow local jurisdictions the opportunity to create their own regulatory framework for these devices. In June, the City Council passed a 6-month moratorium on the use of and the offering for-hire of motorized scooters and other micromobility devices to allow for staff to prepare regulations and propose a plan for operators to offer motorized scooters for-hire. Locally, Tampa rolled out a motorized scooter program around that same time, and St. Petersburg has developed a program and other regulatory measures (i.e., required ordinance changes) for its council’s consideration this month, with the goal to launch the program by early winter this year. These programs take different approaches to several key program components, such as where riders can rent and use the motorized scooters, where they should park the devices, what hours the rental scooters are available for use, and how many scooters are available for hire, as is shown in the matrix provided. Staff has reviewed the benefits and challenges, as well as the details of several programs around the country, in addition to the local programs, and will summarize these in its presentation. Staff is requesting direction as to allowing the use of motorized scooters in the city either on a for-hire basis (rental) and/or for private owner use. If the direction is to proceed with developing a program and associated regulations, then guidance on the following key components is requested: ·Where to allow scooters to be used (i.e., citywide or in which specified areas)? ·Where to allow scooters to be ridden (i.e., on the road or on sidewalks)? ·What type of parking requirements should be established? ·What hours should e-scooters available for-hire be allowed in the city? Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6686 An ordinance to amend city regulations and a draft program would be presented to City Council at a future meeting, which would address additional administrative and operational details, if the direction given is to proceed. Page 2 City of Clearwater Printed on 9/5/2019 |1CITY OF CLEARWATER100 S. Myrtle Ave. | Clearwater, FL 33756 www.myclearwater.com Shared Motorized Scooters City Program Choices City Council Work Session September 3, 2019 |2CITY OF CLEARWATER 1 Scooter (R)evolution 2 State Legislation 3 City Status 4 Pilot Programs in FL 5 Key Considerations 6 Discussion |3CITY OF CLEARWATER MOTORIZED SCOOTERS IN THE USA •Dockless motorized scooters (aka e-scooters) for-hire are an outgrowth of bike share program success •Operators initially dropped off large number of e-scooters in cities •Confusion created urgent need for regulation and guidance •More than 100 cities have motorized scooter programs •Over 180 million e-scooter trips taken in the U.S. in 2018 |4CITY OF CLEARWATER WHAT WE KNOW ABOUT SCOOTER PROGRAMS BENEFITS •People love to ride scooters: hipsters, seniors, millennials •Increases travel options •Improves destination access •Connects and supports other active transportation modes •Simplifies tourist mobility •Supports local businesses, workers, customers and the economy |5CITY OF CLEARWATER WHAT WE KNOW ABOUT SCOOTER PROGRAMS CHALLENGES •Block sidewalks and businesses •Distribution where needed •Safety and maintenance issues •Ensuring access and cost is equitable and affordable |6CITY OF CLEARWATER STATE LEGISLATION HB 453, SIGNED & EFFECTIVE JUNE 19, 2019 •Defines “micromobility device” as a motorized transportation device available by reservation (for-hire); motorized scooters and bicycles that can be reserved are micromobility devices •Establishes maximum operating speed 20 mph or less •Removes need for driver’s license, vehicle registration and insurance •Allows local governments to adopt ordinances regulating the use of micromobility devices and privately-owned motorized scooters (i.e., not rentals) on streets and sidewalks under their jurisdiction |7CITY OF CLEARWATER STATE LEGISLATION HB 453 (Continued) •Privately-owned motorized scooters now have all the rights and responsibilities of bicycles •Does not change regulations governing other privately-owned motorized devices commonly seen on sidewalks (skateboards, hoverboards) |8CITY OF CLEARWATER CURRENT STATUS OF THE CITY 180-DAY MORATORIUM •Signed June 20, 2019 •Prohibits use or offering of all, for-hire and privately-owned, motorized scooters and other micromobility devices on public rights-of-way •Expires December 17, 2019 |9CITY OF CLEARWATER FUNDAMENTALS OF OTHER CITIES’ PROGRAMS KEY CONSIDERATIONS •Length of Pilot Program •Where to Allow? •Where to Ride? •Where to Park? •When to Ride? OTHER PROGRAM DETAILS Additional details determined during the program development process include: •Minimum age •Number of operators and scooters •Penalties for non-compliance •Operator contact hours •Time for device removal |10CITY OF CLEARWATER CORAL GABLES PROGRAM •First scooter program in Florida, started as citywide 6-month pilot with a 90-day extension (August 2018) •Boundaries: Connect Univ. of Miami and city center commercial district •Location: Restricted to sidewalks •Operating Hours: 24/7 •Parking:Dockless sidewalk parking •Program revisions to be proposed allowing road riding following state legislation |11CITY OF CLEARWATER TAMPA PILOT PROGRAM •Limited one-year pilot (started May 2019) •Boundaries:downtown, east and north heights area, Davis and Harbour islands •Location: Sidewalks and streets •Operating Hours: 24/7 •Parking: •Users may park on sidewalks •Operators must stage in their corrals |12CITY OF CLEARWATER ST. PETERSBURG PROPOSED PILOT PROGRAM •Program anticipated to begin in early winter 2019 •Boundaries:Focus on downtown central core •Location: Streets 30 mph or less; bike lanes •Operating Hours: 6 a.m. –10 p.m. •Parking: Corrals only |13CITY OF CLEARWATER FT. LAUDERDALE PROGRAM •Started November 2018 •Boundaries:Citywide •Temporarily banned scooters on barrier islands during spring break (March 1- April 16), Tortuga Music Festival, and during summer (June 8-Aug.18, 2019) •Location: Sidewalks •Operating Hours: 24/7 •Parking:Sidewalks |14CITY OF CLEARWATER QUESTIONS FOR DISCUSSION 1.Does Clearwater want to allow motorized scooters on its sidewalks and/or roads? •Motorized scooter = Privately-owned device •Staff recommendation: Leave as is, regulation by state; same rights and responsibilities as bicycles 2.Does Clearwater want a micromobility program? •Micromobility Device = For hire / for rent •Staff recommendation: If yes, recommend as one-year pilot |15CITY OF CLEARWATER CITYWIDE? SELECTED AREAS? Factors to Consider: •Target audience •Enough people nearby •Density of destinations •Connections: 1st mile, last mile KEY CONSIDERATIONS: WHERE TO ALLOW? Staff recommendation: Downtown to start; Boundaries TBD |16CITY OF CLEARWATER KEY CONSIDERATIONS: WHERE TO RIDE? SIDEWALKS ONLY?ROADWAYS ONLY? BOTH? Staff recommendation: Roadways with posted speed limit 30 mph or less |17CITY OF CLEARWATER KEY CONSIDERATIONS: WHEN TO RIDE? HOW EARLY?HOW LATE? |18CITY OF CLEARWATER DOCKLESS?SIDEWALK CORRALS?ROAD CORRALS? KEY CONSIDERATIONS: WHERE TO PARK? |19CITY OF CLEARWATER NEXT STEPS •Prepare ordinance for City Council consideration in November, addressing motorized scooters and micromobility devices as directed •Develop administrative and operational details in a comprehensive program if direction is to proceed |20CITY OF CLEARWATER100 S. Myrtle Ave. | Clearwater, FL 33756 www.myclearwater.com Shared Motorized Scooters City Program Choices City Council Work Session September 3, 2019 8/28/2019 MOTORIZED SCOOTER PROGRAM CHARACTERISTICS TAMPA ST. PETERSBURG CORAL GABLES (First program in FL) GENERAL PROGRAM REGULATIONS Start of Program May 2019 Expected in late fall/early winter 2019 August 2018 Pilot Program Duration 12 months 24 months 90 days for pilot; extended 90 more days by city commission; formalized this year. Program Boundaries Downtown and surrounding areas Central Ave/downtown core Citywide Location(s) for Riding Sidewalks and streets Streets 30 mph or less, or in bike lane on higher-speed streets Sidewalks only Prohibited Areas (High Pedestrian Volumes)Riverwalk, Bayshore, 7th Avenue Waterfront Trail, Pier, Pinellas Trail west of 34th St.Miracle Mile, Giralda Plaza Parking - Users Sidewalks out of pathways - maintain ADA pathways Designated on-street corrals, in addition to or sharing bike share docking areas Streets and 6 ft sidewalks but no obstruction of vehicular or pedestrian traffic Parking - Operators (staging) Designated corrals for staging; Locations selected by operators and approved by city Designated on-street corrals, in addition to or sharing bike share docking areas; Locations selected by operators and approved by city 6 ft sidewalks, bike racks, and corrals; Locations selected by operators and approved by city Maximum Device Speed 15 mph 15 mph (not allowed on sidewalks)15 mph Hours of Operation 24 hours 6:00 am - 10:00 pm 7:00 am - midnight; proposed to 9:00 pm Minimum Age 16 years old but Operators have user age requirement of 18 years old.18 years of age 16 years old but Operators have user age requirement of 18 years old. Number of Devices; Devices Per Operator 2400 total devices; 600 per operator; administrative approval to increase amount 750 - 1500 total devices; 250-500 per operator; administrative approval to increase amount Hard limit of 150 total devices; 75 per operator; city council approval to increase amount Enforcement Operators' contracts w/ City; Administrative Penalties; Police (traffic ordinances); Code Enforcement Operators' contracts w/ City; Administrative Penalties; Police (traffic ordinances); Code Enforcement Operators' contracts w/ City; Administrative Penalties; Police (traffic ordinances); Code Enforcement Page 1 of 2 8/28/2019 MOTORIZED SCOOTER PROGRAM CHARACTERISTICS TAMPA ST. PETERSBURG CORAL GABLES (First program in FL) OPERATOR REQUIREMENTS Number of Operators 4 operators 1-3 operators 2 operators Response Time for Removal/Tip-Over Notice 3 hours during weekday business hours of 9 am - 6 pm; "as soon as practicable other times 30 minutes during program hours 3 hours during weekday business hours of 9 am - 6 pm; 24 hours other times Operators contact hours Person: 9 am - 6 pm weekdays; may leave message other times Person: 5 am - 11 pm, 7 days a week Person: 9 am - 6 pm weekdays; may leave message other times PRIVATE USE AND OTHER FORMS OF MICROMOBILITY Private Use Private e-scooters have same rights and responsibilities as bicycles per state statute Specifically allow privately owned motorized scooters on public streets in compliance with the program Private e-scooters have same rights and responsibilities as bicycles per state statue Other Micromobility Devices (e.g., bike share, motorized skateboard rental) Other micromobility devices have the same rights and responsibilities as bicycles per state statute Allowed on streets 30 mph or less, or with bike lanes; Prohibited on other streets and sidewalks; Expanded definition of "motorized toy vehicles" to include motorized skateboards and hoverboards and similar devices to prohibit on both sidewalks and on public roads. Other micromobility devices have the same rights and responsibilities as bicycles per state statute Page 2 of 2 Citizen Comment Card Name: Cl.R 12 L.1 t L e_ s cxM dL Address: 33 : City: C -t-(to)A-077.kJ1JL. Zip: 337.9 -.5 - Telephone J7.9 -.5 - Telephone Number: 7c "7- 3 3o-78`1S- Email g` 1SEmailAddress: ,E^' l l.es,..kL,) ) , cAY^^- Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. M. v- Dr Zeg2_ 5c o 6-s 1,v`6x-6-cv,.e- E (eciv- o4 e_v- What is your position on the item? For Against Name: Citizen Comment Card Address: 7%l) (5/7) V% &" f z> /1;//UL/2ZJiY/ City: Zip: ) .3 Telephone Number: <; IV. /)--M171,5-53-- Email i-3` Email Address: 7-)C B/ L) I/6/1t) c'‘ /))JG. 66 / Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: plG'717?/7j What is your position on the item? For Against Citizen Comment Card Name: R;// /7`r1/4/i/% Address: .406. 6 City. RHv.r/&-,13 E4 // Zip: g37 Telephone Number: 7r ` /_37 774-73 Email Address:AP- b oJ/f1 l- /3.'%% P- 7/w) -i - caiv Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak What is your position on the item? For Against A Name: Citizen Comment Card eR4:71 (6.----4- Address: 3W- 8 /,4'& S City: C,JLERZ3PI Zip: 33 7 ( Telephone Number: Y a 7 7 7/ /zoo Email Address: rfyf a&-3%4Q,/:Is4'/1,'Ci34( Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. e Sco C(42,0:5 - What is your position on the item? For Against Citizen Comment Card Name: —) ) 6 44J— Ci Address: ) 137 City: p. 37c r z'7 '7z Email Address:" G c / ,c_ Speaking under citizens to be heard re Telephone Number: items not on the agenda? Agenda item(s) to which you wish to speak: What is your position on the item? For v Against Citizen Comment Card Name: 114 % j' 116c-17) Address: I(Q 1 I S(D 1A City C. 0J (,J(( Zip• 33 7 io Telephone Number: 1'2-1" q' 3 l7 Email Address: fC I I Yue- '1 `lam' c YIC:u (m i' -J 'Vl Speaking under citizens to be heard re items not on the agenda? n,n Agenda item(s) to which you wish to speak• q • 15 What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6623 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.16 SUBJECT/RECOMMENDATION: Award Invitation to Bid 43-19, Service Brass and Brass Valves, to Ferguson Enterprises LLC dba Ferguson Waterworks of Tampa, FL and Fortiline Waterworks of Tampa, FL, for the supply of service brass and brass valves, in the annual not-to-exceed amount of $200,000, with the option for two one-year term extensions and authorize the appropriate officials to execute same. SUMMARY: Invitation to Bid (ITB) #43-19 was issued on June 20, 2019 for the supply of service brass and brass valves. Five bids were received on July 23, 2019. Two vendors, Ferguson Waterworks and Fortiline Waterworks, are recommended for award, representing the most responsive and responsible low bidders meeting the specifications for Bid #43-19. For placing orders, the primary award is as follows: Item Groups A, B, C, D, F, G, H, K, Q and R to Ferguson Enterprises, and Item Groups E, I, J, L, M, N, O and P to Fortiline Waterworks. To ensure a continuity of supply, flexibility to order product from either vendor as a secondary source, and tertiary from the open market is included in this recommendation. The contract will be effective on October 1, 2019, for an initial one-year period with two one-year renewal terms available to the City. Renewal Terms allow for cost increases based on the Producer Price Index #102502 Copper and Brass Mill Shapes. Renewal prices shall be firm for the respective annual term. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY20 are available in Public Utilities’ cost center 550400 Operating Supplies & Materials: ·FY20 $200,000 Future fiscal year budgets will include requests for funding: ·FY21 $200,000 ·FY22 $200,000 Page 1 City of Clearwater Printed on 9/5/2019 - August 7, 2019 NOTICE OF INTENT TO AWARD Public Utilities and Purchasing recommend award of ITB No. 43-19, Service Brass and Brass Valves, to Ferguson Enterprises LLC dba. Ferguson Waterworks and Fortiline Waterworks, the lowest most responsible bidders, in accordance with the bid specifications, in the estimated amount of $200,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. The award is as follows: Company: Ferguson Enterprises LLC dba. Ferguson Waterworks Items: A-Corporation Stops, B-Curb Stop, C-Valve, D-Reclaimed Water, F-Adapter,Poly Compression, G- Union, Poly, H- Hydrant Swivel, K-Meter Coupling, Q-Tee, R-Nipple Company: Fortiline Waterworks Items: E-Adapter, I-Meter Adapter and Resetters, J-Valve, L-Bushing, M-Caps, N-Coupling, O-Ell, P-Plug This Award recommendation will be considered by the City Council at the September 3, 2019 Work Session (9:00 a.m.) and voted on at the September 5, 2019 Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 562-4634, or mailed to City of Clearwater, Attn: Purchasing, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Valerie Craig Procurement Analyst CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Item A CORPORATION STOPS Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price A1 CORP STOP, 3/4" CC X INCREASING MIP (FORD FB800-3-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B)Each 20 $ 32.44 648.80$ $ 34.18 683.60$ $ 31.88 637.60$ $ 34.09 681.80$ A2 CORP STOP, 1" CC X INCREASING MIP (FORD FB800-4-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B)Each 200 $ 41.06 8,212.00$ $ 42.90 8,580.00$ $ 40.60 8,120.00$ $ 43.13 8,626.00$ A3 CORP STOP, 3/4" CC X COMP (FORD FB1001-3-Q-NL) (MUELLER B-25008N) (A.Y. McDONALD 74701BQ)Each 10 $ 41.16 411.60$ $ 43.48 434.80$ $ 32.91 329.10$ $ 43.25 432.50$ A4 CORP STOP, 1" CC X COMP (FORD FB1000-4-Q-NL) (MUELLER B-25008N) (A.Y. McDONALD 74701BQ)Each 25 $ 44.07 1,101.75$ $ 53.10 1,327.50$ $ 43.27 1,081.75$ $ 52.96 1,324.00$ A5 CORP STOP, 1-1/2" CC X MIP (FORD FB400-6-NL) (MUELLER B-2996N) (A.Y. McDONALD 73128B)Each 25 $ 90.64 2,266.00$ $ 95.50 2,387.50$ $ 89.36 2,234.00$ $ 95.25 2,381.25$ A6 CORP STOP, 2" CC X MIP (FORD FB400-7-NL) (MUELLER B-2996N) (McDONALD No Lead 73128B)Each 25 $ 154.59 3,864.75$ $ 162.85 4,071.25$ $ 152.41 3,810.25$ $ 162.42 4,060.50$ A7 CORP STOP, 1-1/2" MIP X MIP (FORD FB500-6-NL) (MUELLER B-2969N) (A.Y. McDONALD 73131)Each 10 $ 90.64 906.40$ $ 95.76 957.60$ $ 89.00 890.00$ $ 95.25 952.50$ A8 CORP STOP, 2" MIP X MIP (FORD FB500-7-NL) MUELLER B-2969N) (A.Y. McDONALD 73131)Each 10 $ 154.59 1,545.90$ $ 163.30 1,633.00$ $ 151.65 1,516.50$ $ 162.42 1,624.20$ A9 CORP STOP, 3/4" MIP X INCREASING MIP (FORD F900-3-NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122)Each 12 $ 19.91 238.92$ $ 34.18 410.16$ $ 19.54 234.48$ $ 34.09 409.08$ A10 CORP STOP, 1" MIP X INCREASING MIP (FORD F900-4-NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122)Each 12 $ 30.09 361.08$ $ 43.25 519.00$ $ 29.57 354.84$ $ 43.13 517.56$ Item A Subtotal 19,557.20$ Item A Subtotal 21,004.41$ Item A Subtotal 19,208.52$ Item A Subtotal 21,009.39$ Item B CURB STOP Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price B1 CURB STOP, 3/4" CTS X MTR (FORD B43-332W-NL-Q) (MUELLER B- 24350N) (A.Y. McDONALD Each 250 $ 47.78 11,945.00$ $ 49.94 12,485.00$ $ 47.00 11,750.00$ $ 50.20 12,550.00$ B2 CURB STOP, 1" CTS X MTR (FORD B43-444W-NL-Q) (MUELLER B- 24350N) (A.Y. McDONALD 76100MWQ Each 100 $ 70.62 7,062.00$ $ 73.79 7,379.00$ $ 69.41 6,941.00$ $ 74.18 7,418.00$ B3 CURB STOP, 1"CTS COMP X 3/4" MTR (FORD B43-342W-NL) (MUELLER B-24350N) (A.Y. McDONALD Each 200 $ 51.63 10,326.00$ $ 53.97 10,794.00$ $ 50.75 10,150.00$ $ 54.26 10,852.00$ B4 CURB STOP, 3/4" FIP X FIP (FORD B11-333W-NL) (MUELLER B-20200N) (A.Y. McDONALD 76101W)Each 200 $ 37.10 7,420.00$ $ 38.78 7,756.00$ $ 36.46 7,292.00$ $ 38.99 7,798.00$ B5 CURB STOP, 1" FIP X FIP (FORD B11- 444W-NL) (MUELLER B-20200N (A.Y. McDONALD 76101W )Each 140 $ 56.87 7,961.80$ $ 59.44 8,321.60$ $ 55.89 7,824.60$ $ 59.76 8,366.40$ Item B Subtotal 44,714.80$ Item B Subtotal 46,735.60$ Item B Subtotal 43,957.60$ Item B Subtotal 46,984.40$ Did not Bid all Items Price Adjustment Made Core & Main LP Empire Pipe Orlando LLC Ferguson Enterprises LLC dba. Ferguson Waterworks Fortiline Waterworks Page 1 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made Item C VALVE Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price C1 VALVE, ANGLE METER 3/4" FIP X METER SWIVEL (FORD BA13-332W- NL) (MUELLER B-24265N) (A.Y. Each 125 $ 47.83 5,978.75$ $ 27.85 3,481.25$ $ 47.05 5,881.25$ $ 50.26 6,282.50$ C2 VALVE, ANGLE METER 1" FIP X METER SWIVEL (FORD BA13-444W- NL) (MUELLER B-24265N) (A.Y. Each 125 $ 72.06 9,007.50$ $ 55.84 6,980.00$ $ 70.90 8,862.50$ $ 75.73 9,466.25$ C3 VALVE, ANGLE 1-1/2" FIP X METER FLANGE (FORD BFA13-666W-NL) (MUELLER B-24286N) (A.Y. Each 40 $ 156.40 6,256.00$ $ 164.34 6,573.60$ $ 153.73 6,149.20$ $ 164.34 6,573.60$ C4 VALVE, ANGLE 2" FIP X METER FLANGE (FORD BFA13-777W-NL) (MUELLER B-24286N) (A.Y. Each 40 $ 184.55 7,382.00$ $ 193.92 7,756.80$ $ 181.40 7,256.00$ $ 193.92 7,756.80$ C5 VALVE, BALL 1-1/2" FIP X 1-1/2" FIP (FORD B11-666W-NL) (MUELLER B- 20200N) (A.Y. McDONALD 76101W)Each 24 $ 114.92 2,758.08$ $ 121.23 2,909.52$ $ 112.95 2,710.80$ $ 120.90 2,901.60$ C6 VALVE, BALL 2" FIP X 2" FIP (FORD B11-777W-NL) (MUELLER B-20200N) (McDONALD 76101W)Each 36 $ 167.40 6,026.40$ $ 176.52 6,354.72$ $ 164.54 5,923.44$ $ 176.04 6,337.44$ C7 VALVE, BALL STRAIGHT 1-1/2" FIP X METER FLANGE (FORD BF13-666W- NL) Mueller b-24337N) (A.Y. Each 20 $ 119.27 2,385.40$ $ 123.95 2,479.00$ $ 117.34 2,346.80$ $ 123.61 2,472.20$ C8 VALVE, BALL STRAIGHT 2" FIP X METER FLANGE (FORD BF13-777W- NL) Mueller b-24337N) (A.Y. Each 20 $ 190.18 3,803.60$ $ 198.70 3,974.00$ $ 186.94 3,738.80$ $ 198.16 3,963.20$ Item C Subtotal 43,597.73$ Item C Subtotal 40,508.89$ Item C Subtotal 42,868.79$ Item C Subtotal 45,753.59$ Item D RECLAIMED WATER Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price D1 RCLM 3/4" BALL VALVE (FORD BRW11-333W) (MUELLER B-20200-20) (McDONALD 76101W-RWC)Each 300 $ 38.67 11,601.00$ $ 40.44 12,132.00$ $ 37.97 11,391.00$ $ 40.66 12,198.00$ D2 RCLM 1" BALL VALVE FIP X FIP (FORD BRW11-444W) (MUELLER B- 20200-20) (A.Y. McDONALD 76101W-Each 20 $ 58.44 1,168.80$ $ 61.58 1,231.60$ $ 57.38 1,147.60$ $ 61.42 1,228.40$ D3 RCLM 2" BALL VALVE FIP X FIP (FORD BRW11-777W) (MUELLER B- 20200-20) (A.Y. McDONALD 76101W-Each 12 $ 168.97 2,027.64$ $ 178.19 2,138.28$ $ 165.75 1,989.00$ $ 177.71 2,132.52$ D4 RCLM 1" BALL VALVE CTS COMP. X METER SWIVEL (FORD BRW43-444W- Q) (MUELLER B-24350-20) (A.Y. Each 40 $ 72.19 2,887.60$ $ 76.17 3,046.80$ $ 70.89 2,835.60$ $ 75.97 3,038.80$ D5 RCLM BALL CORP 1" CC X INCREASING MIP (FORD FBRW800- 4) (MUELLER B-20003-20) (A.Y. Each 40 $ 44.78 1,791.20$ $ 47.21 1,888.40$ $ 43.96 1,758.40$ $ 47.09 1,883.60$ D6 RCLM BALL CORP 1" CC X COMP (FORD FBRW1000-4-Q) (MUELLER B- 25008-20) (A.Y. McDONALD 74701BQ, Each 20 $ 47.80 956.00$ $ 49.99 999.80$ $ 46.93 938.60$ $ 82.51 1,650.20$ D7 RCLM BALL CORP 2" CC X MIP (FORD FBRW400-7) (MUELLER B- 2996-20) (A.Y. McDONALD 73128B, Each 12 $ 158.31 1,899.72$ $ 166.89 2,002.68$ $ 155.45 1,865.40$ $ 166.45 1,997.40$ Item D Subtotal 22,331.96$ Item D Subtotal 23,439.56$ Item D Subtotal 21,925.60$ Item D Subtotal 24,128.92$ Item E ADAPTER Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 50 $ 14.58 NO BID $ 14.34 $ 14.19 (PAIR) 50 $ 18.88 NO BID $ 18.57 $ 19.48 (PAIR)E2 ADAPTER, 1" REGULATOR, MIP X MALE METER THREAD (FORD RA-4- NL) OR APPROVED EQUIVALENT Pair 944.00$ ADAPTER E1 ADAPTER, 3/4" REGULATOR, MIP X MALE METER THREAD (FORD RA-2- NL) OR APPROVED EQUIVALENT Pair 729.00$ -$ -$ 717.00$ 928.50$ 709.50$ 974.00$ Page 2 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made E3 FLANGE ADAPTER 2" X 1-1/2" (FORD A67-NL) OR APPROVED EQUIVALENT Each 24 $ 159.15 3,819.60$ NO BID -$ $ 156.28 3,750.72$ $ 71.26 1,710.24$ E4 ADAPTER, 1" MIP X 1" KITEC COMPRESSION "FOR KITEC IPS TUBING" (FORD C8K-44-Q-NL) Each 24 $ 28.59 686.16$ NO BID -$ $ 28.13 675.12$ $ 28.49 683.76$ Item E Subtotal 6,178.76$ Item E Subtotal -$ Item E Subtotal 6,071.34$ Item E Subtotal 4,077.50$ Page 3 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made Item F ADAPTER, POLY COMPRESSION Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price F1 ADAPTER, POLY 3/4" FIP X COMP.(FORD C14-33-Q-NL) (MUELLER H15451N SERIES) (A.Y. Each 50 $ 10.92 546.00$ $ 11.47 573.50$ $ 10.74 537.00$ $ 11.47 573.50$ F2 ADAPTER, POLY 1" FIP X COMP.(FORD C14-44-Q-NL) (MUELLER H15451N SERIES) (A.Y. Each 50 $ 14.83 741.50$ $ 15.57 778.50$ $ 14.58 729.00$ $ 15.57 778.50$ F3 ADAPTER, POLY 1-1/2" FIP X COMP. (FORD C14-66-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD Each 12 $ 43.09 517.08$ $ 45.41 544.92$ $ 42.35 508.20$ $ 45.29 543.48$ F4 ADAPTER, POLY 2" FIP X COMP. ( FORD C14-77-Q-NL)(MUELLER H15451N SERIES) (A.Y. McDONALD Each 20 $ 51.32 1,026.40$ $ 54.06 1,081.20$ $ 50.49 1,009.80$ $ 53.91 1,078.20$ F5 ADAPTER, POLY 3/4" MIP X COMP. (FORD C84-33-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD Each 350 $ 10.39 3,636.50$ $ 10.85 3,797.50$ $ 10.22 3,577.00$ $ 10.91 3,818.50$ F6 ADAPTER, POLY 1" MIP X COMP.(FORD C84-44-Q-NL) (MUELLER H15428N SERIES) (A.Y. Each 350 $ 12.30 4,305.00$ $ 12.85 4,497.50$ $ 12.09 4,231.50$ $ 12.92 4,522.00$ F7 ADAPTER, POLY 1-1/2" MIP X COMP. (FORD C84-66-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD Each 36 $ 33.69 1,212.84$ $ 35.50 1,278.00$ $ 33.15 1,193.40$ $ 35.41 1,274.76$ F8 ADAPTER, POLY 2" MIP X COMP. (FORD C84-77-Q-NL)(MUELLER H15428 N SERIES )(A.Y. McDONALD Each 100 $ 49.09 4,909.00$ $ 51.30 5,130.00$ $ 48.30 4,830.00$ $ 51.58 5,158.00$ Item F Subtotal 16,894.32$ Item F Subtotal 17,681.12$ Item F Subtotal 16,615.90$ Item F Subtotal 17,746.94$ Item G UNION, POLY Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price G1 UNION, 3/4" CTS (FORD C44-33-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each 100 $ 12.65 1,265.00$ $ 13.22 1,322.00$ $ 12.44 1,244.00$ $ 13.29 1,329.00$ G2 UNION, 1" CTS (FORD C44-44-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each 50 $ 14.47 723.50$ $ 15.20 760.00$ $ 14.23 711.50$ $ 15.20 760.00$ G3 UNION, 1 1/2" CTS FORD C44-66-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each 12 $ 48.42 581.04$ $ 50.99 611.88$ $ 47.64 571.68$ $ 50.86 610.32$ G4 UNION, 2" CTS (FORD C44-77-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each 24 $ 65.36 1,568.64$ $ 68.86 1,652.64$ $ 64.30 1,543.20$ $ 70.19 1,684.56$ Item G Subtotal 4,138.18$ Item G Subtotal 4,346.52$ Item G Subtotal 4,070.38$ Item G Subtotal 4,383.88$ Item H HYDRANT SWIVEL Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price H1 HYDRANT SWIVEL, 2.5" HYDRANT SWIVEL X 2" MIP Each 30 $ 22.50 675.00$ NO BID -$ $ 40.85 1,225.50$ $ 45.50 1,365.00$ Item H Subtotal 675.00$ Item H Subtotal -$ Item H Subtotal 1,225.50$ Item H Subtotal 1,365.00$ Item I METER ADAPTER AND RESETTERS Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price I1 METER ADAPTER, 5/8" METER TO 3/4" METER SIZE (FORD A13-NL) OR APPROVED EQUIVALENT Each 150 $ 11.30 1,695.00$ $ 5.90 885.00$ $ 11.11 1,666.50$ $ 5.94 891.00$ I2 METER ADAPTER, 3/4" METER TO 1" METER SIZE (FORD A34-NL) OR APPROVED EQUIVALENT Each 100 $ 13.21 1,321.00$ $ 6.92 692.00$ $ 13.00 1,300.00$ $ 6.96 696.00$ Page 4 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made I3 METER ADAPTER, 5/8" x 3/4" METER TO 1" METER SIZE (FORD A24-NL) OR EQUIVALENT Each 48 $ 17.22 826.56$ $ 9.09 436.32$ $ 16.94 813.12$ $ 9.06 434.88$ I4 METER ADAPTER, 1 1/2" FLANGE X 1" METER SWIVEL (FORD A46 -NL) OR APPROVED EQUIVALENT Each 36 $ 100.17 3,606.12$ $ 52.78 1,900.08$ $ 98.56 3,548.16$ $ 52.63 1,894.68$ I5 METER FLANGE, 1 1/2" FIP (FORD CF31-66-NL) (MUELLER H10129N) (A.Y. McDONALD 7610F)Each 80 $ 30.02 2,401.60$ $ 31.55 2,524.00$ $ 29.53 2,362.40$ $ 31.55 2,524.00$ I6 METER FLANGE, 2" FIP (FORD CF31- 77-NL) (MUELLERH10129N) (A.Y. McDONALD 7610F)Each 120 $ 39.20 4,704.00$ $ 40.97 4,916.40$ $ 38.57 4,628.40$ $ 27.51 3,301.20$ I7 METER FLANGE, 1 1/2" MIP (FORD CF38-66-2-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M)Each 60 $ 32.44 1,946.40$ $ 34.09 2,045.40$ $ 31.91 1,914.60$ $ 34.09 2,045.40$ I8 METER FLANGE, 2" MIP (FORD CF38- 77-125-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M)Each 80 $ 43.28 3,462.40$ $ 45.45 3,636.00$ $ 42.57 3,405.60$ $ 45.45 3,636.00$ Item I Subtotal 19,963.08$ Item I Subtotal 17,035.20$ Item I Subtotal 19,638.78$ Item I Subtotal 15,423.16$ Page 5 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made Item J METER ADAPTER AND RESETTERS Cont… Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price J1 METER X FIP CONNECTION, 3/4" (FORD C31-23-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED Each 150 $ 9.88 1,482.00$ $ 10.33 1,549.50$ $ 9.71 1,456.50$ $ 11.95 1,792.50$ J2 METER X FIP CONNECTION, 1" (FORD C31-44-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED Each 100 $ 14.24 1,424.00$ $ 14.90 1,490.00$ $ 14.01 1,401.00$ $ 17.22 1,722.00$ J3 METER RESETTER, 5/8" X 3/4" X 7" (FORD VB43-7W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each 40 $ 88.32 3,532.80$ $ 70.39 2,815.60$ $ 86.81 3,472.40$ $ 80.69 3,227.60$ J4 METER RESETTER, 5/8" X 3/4" X 9" (FORD VB43-9W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each 20 $ 90.79 1,815.80$ $ 71.20 1,424.00$ $ 89.32 1,786.40$ $ 71.01 1,420.20$ J5 METER RESETTER, 5/8" X 3/4" X 12" (FORD VB43-12W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each 12 $ 90.79 1,089.48$ $ 73.53 882.36$ $ 89.32 1,071.84$ $ 73.33 879.96$ J6 METER RESETTER, 5/8" X 3/4" X 15" (FORD VB43-15W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each 6 $ 94.12 564.72$ $ 76.63 459.78$ $ 92.60 555.60$ $ 87.60 525.60$ J7 METER RESETTER, 5/8" X 3/4" X 18" (FORD VB43-18W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each 6 $ 105.58 633.48$ $ 86.65 519.90$ $ 103.88 623.28$ $ 86.18 517.08$ J8 METER RESETTER, 1" X 10" (FORD VB44-10W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-Each 6 $ 149.17 895.02$ $ 146.07 876.42$ $ 146.62 879.72$ $ 145.28 871.68$ J9 METER RESETTER, 1" X 15" (FORD VB44-15W-NL) (MUELLER B24118N SERIES) A.Y. McDONALD 718-412WX)Each 6 $ 155.87 935.22$ $ 149.04 894.24$ $ 153.36 920.16$ $ 148.24 889.44$ Item J Subtotal 12,372.52$ Item J Subtotal 10,911.80$ Item J Subtotal 12,166.90$ Item J Subtotal 11,846.06$ Item K METER COUPLING Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price K1 METER "SPUD", STRAIGHT COUPLING, 1"x 2" LONG (FORD C38- 44-2-NL) (MUELLER H-10891N Each 250 $ 10.09 2,522.50$ $ 10.54 2,635.00$ $ 9.92 2,480.00$ $ 10.61 2,652.50$ K2 METER "SPUD", STRAIGHT COUPLING 1"X 2.5" LONG (STANDARD LENGTH 2.63" - 2 5/8") Each 250 $ 10.39 2,597.50$ $ 10.84 2,710.00$ $ 10.22 2,555.00$ $ 10.91 2,727.50$ K3 METER SPUD, STRAIGHT COUPLING 3/4" x 2" LONG (FORD C38-23-2-NL) (MUELLER H-10891N SERIES) (A.Y. Each 150 $ 6.74 1,011.00$ $ 7.04 1,056.00$ $ 6.63 994.50$ $ 7.09 1,063.50$ K4 METER SPUD, STRAIGHT COUPLING 3/4" x 2.25" LONG (FORD C38-23-2-25- NL) (MUELLER H-10891N SERIES) Each 150 $ 6.74 1,011.00$ $ 7.04 1,056.00$ $ 6.63 994.50$ $ 7.09 1,063.50$ K5 METER SPUD, STRAIGHT COUPLING 3/4"x 2.5" LONG (FORD C38-23-2-5- NL) (MUELLER H-10891N SERIES) Each 100 $ 6.74 674.00$ $ 7.04 704.00$ $ 6.63 663.00$ $ 7.09 709.00$ K6 METER SPUD, STRAIGHT COUPLING 3/4" x 3" LONG (FORD C38-23-3-NL) (MUELLER H-10891N SERIES) (A.Y. Each 100 $ 8.17 817.00$ $ 8.54 854.00$ $ 8.04 804.00$ $ 8.59 859.00$ Item K Subtotal 8,633.00$ Item K Subtotal 9,015.00$ Item K Subtotal 8,491.00$ Item K Subtotal 9,075.00$ Item L BUSHING Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price L1 BUSHING, REDUCER, 1/2" X 1/4" (IPT)Each 50 $ 1.35 67.50$ $ 1.39 69.50$ $ 1.19 59.50$ $ 1.15 57.50$ L2 BUSHING, REDUCER, 3/4" X 1/4" (IPT)Each 24 $ 2.25 54.00$ $ 2.38 57.12$ $ 1.98 47.52$ $ 1.92 46.08$ L3 BUSHING, REDUCER, 3/4" X 1/2" (IPT)Each 6 $ 1.86 11.16$ $ 1.98 11.88$ $ 1.64 9.84$ $ 1.59 9.54$ L4 BUSHING, REDUCER, 1" X 3/4" (IPT)Each 24 $ 2.82 67.68$ $ 2.94 70.56$ $ 2.49 59.76$ $ 2.40 57.60$ Page 6 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made L5 BUSHING, REDUCER, 1" X 1-1/4" (IPT)Each 12 $ 4.82 57.84$ $ 5.02 60.24$ $ 4.23 50.76$ $ 4.10 49.20$ L6 BUSHING, REDUCER, 1-1/2" X 3/4" (IPT)Each 12 $ 7.52 90.24$ $ 7.87 94.44$ $ 6.62 79.44$ $ 6.40 76.80$ L7 BUSHING, REDUCER, 2" X 3/4" (IPT)Each 20 $ 10.98 219.60$ $ 11.47 229.40$ $ 9.65 193.00$ $ 9.34 186.80$ L8 BUSHING, REDUCER, 1-1/4" X 1" (IPT)Each 6 $ 4.82 28.92$ $ 5.04 30.24$ $ 4.24 25.44$ $ 4.10 24.60$ L9 BUSHING, REDUCER, 1-1/2" X 1" (IPT)Each 24 $ 6.15 147.60$ $ 6.43 154.32$ $ 5.41 129.84$ $ 5.24 125.76$ L10 BUSHING, REDUCER, 1-1/2" X 1-1/4" (IPT)Each 6 $ 6.15 36.90$ $ 6.44 38.64$ $ 5.41 32.46$ $ 5.24 31.44$ L11 BUSHING, REDUCER, 2" X 1" (IPT)Each 50 $ 10.98 549.00$ $ 11.44 572.00$ $ 9.65 482.50$ $ 9.03 451.50$ L12 BUSHING, REDUCER, 2" X 1-1/4" (IPT)Each 6 $ 9.11 54.66$ $ 9.56 57.36$ $ 8.02 48.12$ $ 7.50 45.00$ L13 BUSHING, REDUCER, 2" X 1-1/2" (IPT)Each 6 $ 9.11 54.66$ $ 9.56 57.36$ $ 8.02 48.12$ $ 7.50 45.00$ L14 BUSHING, REDUCER, 2-1/2" X 2" (IPT)Each 6 $ 18.22 109.32$ $ 19.11 114.66$ $ 16.02 96.12$ $ 15.00 90.00$ L15 BUSHING, REDUCER, 3" X 2" (IPT)Each 6 $ 27.56 165.36$ $ 28.88 173.28$ $ 24.22 145.32$ $ 22.69 136.14$ L16 BUSHING, REDUCER, 2" CC X 3/4" CC Each 6 $ 58.84 353.04$ NO BID -$ $ 37.06 222.36$ $ 10.00 60.00$ L17 BUSHING, REDUCER, 2" CC X 1" CC Each 6 $ 60.18 361.08$ NO BID -$ $ 37.90 227.40$ $ 10.00 60.00$ L18 BUSHING, REDUCER, 2" CC X 1-1/2" CC Each 6 $ 63.22 379.32$ NO BID -$ $ 28.30 169.80$ $ 10.00 60.00$ Item L Subtotal 2,807.88$ Item L Subtotal 1,791.00$ Item L Subtotal 2,127.30$ Item L Subtotal 1,612.96$ Page 7 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made Item M CAPS Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price M1 CAPS, PIPE, 3/4" (FIPT)Each 12 $ 2.25 27.00$ $ 2.38 28.56$ $ 1.98 23.76$ $ 1.92 23.04$ M2 CAPS, PIPE, 1" (FIPT)Each 75 $ 3.52 264.00$ $ 3.69 276.75$ $ 3.10 232.50$ $ 3.01 225.75$ M3 CAPS, PIPE, 1 1/2" (FIPT)Each 12 $ 7.25 87.00$ $ 7.59 91.08$ $ 6.38 76.56$ $ 6.17 74.04$ M4 CAPS, PIPE, 1 1/4"(FIPT)Each 75 $ 5.36 402.00$ $ 5.62 421.50$ $ 4.73 354.75$ $ 4.42 331.50$ M5 CAPS, PIPE, 2"(FIPT)Each 40 $ 12.30 492.00$ $ 12.84 513.60$ $ 10.81 432.40$ $ 10.13 405.20$ Item M Subtotal 1,272.00$ Item M Subtotal 1,331.49$ Item M Subtotal 1,119.97$ Item M Subtotal 1,059.53$ Item N COUPLING Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price N1 COUPLING, 3/4" (FIPT)Each 200 $ 2.82 564.00$ $ 2.89 578.00$ $ 2.49 498.00$ $ 2.40 480.00$ N2 COUPLING, 1" (FIPT)Each 150 $ 4.30 645.00$ $ 4.39 658.50$ $ 3.77 565.50$ $ 3.66 549.00$ N3 COUPLING, 1-1/2" (FIPT)Each 50 $ 9.11 455.50$ $ 9.39 469.50$ $ 8.02 401.00$ $ 7.50 375.00$ N4 COUPLING, 1-1/4" (FIPT)Each 12 $ 6.70 80.40$ $ 6.93 83.16$ $ 5.90 70.80$ $ 5.52 66.24$ N5 COUPLING, 2" (FIPT)Each 100 $ 15.00 1,500.00$ $ 15.39 1,539.00$ $ 13.19 1,319.00$ $ 10.13 1,013.00$ N6 COUPLING, REDUCER 3/4" X 1/2" (FIPT)Each 12 $ 3.40 40.80$ $ 3.51 42.12$ $ 2.99 35.88$ $ 2.90 34.80$ N7 COUPLING, REDUCER 1" X 3/4" (FIPT)Each 25 $ 5.65 141.25$ $ 5.83 145.75$ $ 4.97 124.25$ $ 4.80 120.00$ N8 COUPLING, REDUCER 1-1/4" X 3/4" (FIPT)Each 12 $ 9.11 109.32$ $ 9.43 113.16$ $ 8.02 96.24$ $ 7.76 93.12$ N9 COUPLING, REDUCER 1-1/2" X 3/4" (FIPT)Each 12 $ 12.97 155.64$ $ 13.42 161.04$ $ 11.40 136.80$ $ 11.05 132.60$ N10 COUPLING, REDUCER 1-1/4" X 1" (FIPT)Each 12 $ 9.11 109.32$ $ 9.43 113.16$ $ 8.02 96.24$ $ 7.76 93.12$ N11 COUPLING, REDUCER 1-1/2" X 1" (FIPT)Each 12 $ 11.51 138.12$ $ 11.94 143.28$ $ 10.12 121.44$ $ 9.80 117.60$ N12 COUPLING, REDUCER 1-1/2" X 1-1/4" (FIPT)Each 6 $ 11.51 69.06$ $ 11.94 71.64$ $ 10.12 60.72$ $ 9.80 58.80$ N13 COUPLING, REDUCER 2" X 1" (FIPT)Each 20 $ 19.27 385.40$ $ 19.91 398.20$ $ 16.95 339.00$ $ 16.43 328.60$ N14 COUPLING, REDUCER 2" X 1-1/4" (FIPT)Each 6 $ 17.11 102.66$ $ 17.76 106.56$ $ 15.04 90.24$ $ 14.57 87.42$ N15 COUPLING, REDUCER 2" X 1-1/2" (FIPT)Each 6 $ 17.11 102.66$ $ 17.76 106.56$ $ 15.04 90.24$ $ 14.57 87.42$ N16 COUPLING, REDUCER 2-1/2" X 1-1/2" (FIPT)Each 6 $ 30.31 181.86$ $ 31.45 188.70$ $ 26.64 159.84$ $ 25.82 154.92$ N17 COUPLING, REDUCER 2-1/2" X 2" (FIPT)Each 6 $ 30.31 181.86$ $ 31.45 188.70$ $ 26.64 159.84$ $ 25.82 154.92$ Item N Subtotal 4,962.85$ Item N Subtotal 5,107.03$ Item N Subtotal 4,365.03$ Item N Subtotal 3,946.56$ Item O ELL Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price O1 ELL 45, 3/4" (FIPT)Each 20 $ 3.49 69.80$ $ 3.64 72.80$ $ 3.07 61.40$ $ 2.98 59.60$ O2 ELL 45, 1" (FIPT)Each 20 $ 5.89 117.80$ $ 6.17 123.40$ $ 5.18 103.60$ $ 5.02 100.40$ O3 ELL 45, 1 1/2" (FIPT)Each 20 $ 11.81 236.20$ $ 12.29 245.80$ $ 10.39 207.80$ $ 10.06 201.20$ O4 ELL 45, 2" (FIPT)Each 20 $ 19.15 383.00$ $ 19.95 399.00$ $ 16.84 336.80$ $ 16.31 326.20$ O5 ELL 90, 3/4" (FIPT)Each 400 $ 3.49 1,396.00$ $ 3.61 1,444.00$ $ 3.07 1,228.00$ $ 2.88 1,152.00$ O6 ELL 90, 1" (FIPT)Each 400 $ 5.39 2,156.00$ $ 5.54 2,216.00$ $ 4.74 1,896.00$ $ 4.59 1,836.00$ O7 ELL 90, 1-1/4" (FIPT)Each 20 $ 8.57 171.40$ $ 8.90 178.00$ $ 7.53 150.60$ $ 7.30 146.00$ Page 8 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made O8 ELL 90, 1-1/2" (FIPT)Each 100 $ 10.69 1,069.00$ $ 11.04 1,104.00$ $ 13.08 1,308.00$ $ 12.24 1,224.00$ O9 ELL 90, 2" (FIPT)Each 200 $ 17.40 3,480.00$ $ 17.94 3,588.00$ $ 15.31 3,062.00$ $ 14.33 2,866.00$ O10 ELL 90, REDUCER 1" X 3/4" (FIPT)Each 100 $ 6.70 670.00$ $ 6.89 689.00$ $ 5.90 590.00$ $ 5.52 552.00$ O11 ELL 90, REDUCER 1-1/4" X 1" (FIPT)Each 200 $ 10.47 2,094.00$ $ 10.82 2,164.00$ $ 9.21 1,842.00$ $ 8.62 1,724.00$ O12 ELL 90, REDUCER 1-1/2" X 1" (FIPT)Each 20 $ 13.23 264.60$ $ 13.78 275.60$ $ 11.63 232.60$ $ 11.26 225.20$ O13 ELL 90, REDUCER 2" X 1-1/2" (FIPT)Each 12 $ 24.40 292.80$ $ 25.39 304.68$ $ 21.45 257.40$ $ 20.78 249.36$ O14 ELL 90, REDUCER 2-1/2" X 2" (FIPT)Each 12 $ 41.34 496.08$ $ 42.98 515.76$ $ 36.36 436.32$ $ 35.22 422.64$ Item O Subtotal 12,896.68$ Item O Subtotal 13,320.04$ Item O Subtotal 11,712.52$ Item O Subtotal 11,084.60$ Item P PLUG Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price P1 PLUG, 1/4" (MIPT) Each 12 $ 1.13 13.56$ $ 1.19 14.28$ $ 0.86 10.32$ $ 0.83 9.96$ P2 PLUG, 1/2" (MIPT)Each 30 $ 1.78 53.40$ $ 1.89 56.70$ $ 1.58 47.40$ $ 1.52 45.60$ P3 PLUG, 3/4" (MIPT)Each 50 $ 2.05 102.50$ $ 2.14 107.00$ $ 1.80 90.00$ $ 1.74 87.00$ P4 PLUG, 1" (MIPT) Each 30 $ 2.69 80.70$ $ 2.79 83.70$ $ 2.37 71.10$ $ 2.30 69.00$ P5 PLUG, 1-1/4"(MIPT)Each 12 $ 4.01 48.12$ $ 4.19 50.28$ $ 3.53 42.36$ $ 3.41 40.92$ P6 PLUG, 1-1/2" (MIPT)Each 12 $ 5.11 61.32$ $ 5.32 63.84$ $ 4.50 54.00$ $ 4.36 52.32$ P7 PLUG, 2" (MIPT) Each 50 $ 8.06 403.00$ $ 8.34 417.00$ $ 7.09 354.50$ $ 6.63 331.50$ P8 PLUG, 3/4" (CC)Each 20 $ 4.30 86.00$ $ 2.14 42.80$ $ 5.24 104.80$ $ 5.75 115.00$ P9 PLUG, 1" (CC)Each 20 $ 7.63 152.60$ $ 2.79 55.80$ $ 7.63 152.60$ $ 5.75 115.00$ P10 PLUG, 1-1/2" (CC)Each 12 $ 21.78 261.36$ $ 5.32 63.84$ $ 20.64 247.68$ $ 5.75 69.00$ P11 PLUG, 2" (CC)Each 12 $ 50.86 610.32$ $ 8.37 100.44$ $ 35.35 424.20$ $ 5.75 69.00$ Item P Subtotal 1,872.88$ Item P Subtotal 1,055.68$ Item P Subtotal 1,598.96$ Item P Subtotal 1,004.30$ Page 9 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made Item Q TEE Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Q1 TEE, 3/4"(FIPT)Each 50 $ 3.90 195.00$ $ 4.45 222.50$ $ 3.77 188.50$ $ 6.86 343.00$ Q2 TEE, 1" (FIPT)Each 50 $ 6.93 346.50$ $ 7.92 396.00$ $ 6.70 335.00$ $ 6.49 324.50$ Q3 TEE, 1" X 1" X 3/4" (FIPT)Each 200 $ 9.39 1,878.00$ $ 9.69 1,938.00$ $ 8.25 1,650.00$ $ 7.73 1,546.00$ Q4 TEE, 1-1/2" (FIPT)Each 12 $ 14.70 176.40$ $ 15.23 182.76$ $ 12.93 155.16$ $ 12.53 150.36$ Q5 TEE, 2" (FIPT)Each 40 $ 24.10 964.00$ $ 25.07 1,002.80$ $ 21.20 848.00$ $ 21.30 852.00$ Item Q Subtotal 3,559.90$ Item Q Subtotal 3,742.06$ Item Q Subtotal 3,176.66$ Item Q Subtotal 3,215.86$ Item R NIPPLE Unit (UOM) Est. Quantity (UOM) Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price R1 NIPPLE, 1/2" x 48" Each 6 $ 28.59 171.54$ $ 37.69 226.14$ $ 27.65 165.90$ $ 26.57 159.42$ R2 NIPPLE, 3/4" X 2" Each 400 $ 1.81 724.00$ $ 1.97 788.00$ $ 1.75 700.00$ $ 1.68 672.00$ R3 NIPPLE, 3/4" X 3" Each 150 $ 2.41 361.50$ $ 2.63 394.50$ $ 2.34 351.00$ $ 2.17 325.50$ R4 NIPPLE, 3/4" X 4" Each 200 $ 3.15 630.00$ $ 3.39 678.00$ $ 3.05 610.00$ $ 2.92 584.00$ R5 NIPPLE, 3/4" X 5" Each 50 $ 3.77 188.50$ $ 4.12 206.00$ $ 3.65 182.50$ $ 3.51 175.50$ R6 NIPPLE, 3/4" X 6" Each 50 $ 4.59 229.50$ $ 4.99 249.50$ $ 4.45 222.50$ $ 4.26 213.00$ R7 NIPPLE, 3/4" X 8" Each 25 $ 6.06 151.50$ $ 6.62 165.50$ $ 5.86 146.50$ $ 5.63 140.75$ R8 NIPPLE, 3/4" X 10" Each 40 $ 7.40 296.00$ $ 8.08 323.20$ $ 7.16 286.40$ $ 6.87 274.80$ R9 NIPPLE, 3/4" X 12" Each 80 $ 8.81 704.80$ $ 9.57 765.60$ $ 8.52 681.60$ $ 7.91 632.80$ R10 NIPPLE, 3/4" X 24" Each 24 $ 18.49 443.76$ $ 20.33 487.92$ $ 17.88 429.12$ $ 17.18 412.32$ R11 NIPPLE, 3/4" X CLOSE Each 400 $ 1.43 572.00$ $ 1.55 620.00$ $ 1.39 556.00$ $ 1.78 712.00$ R12 NIPPLE, 1" X 2" Each 100 $ 2.60 260.00$ $ 2.83 283.00$ $ 2.52 252.00$ $ 11.87 1,187.00$ R13 NIPPLE, 1" X 3" Each 100 $ 3.50 350.00$ $ 3.79 379.00$ $ 3.39 339.00$ $ 3.25 325.00$ R14 NIPPLE, 1" X 4" Each 50 $ 4.56 228.00$ $ 4.97 248.50$ $ 4.41 220.50$ $ 4.23 211.50$ R15 NIPPLE, 1" X 5" Each 40 $ 5.61 224.40$ $ 6.13 245.20$ $ 5.43 217.20$ $ 5.22 208.80$ R16 NIPPLE, 1" X 6" Each 50 $ 6.70 335.00$ $ 7.94 397.00$ $ 6.48 324.00$ $ 6.23 311.50$ R17 NIPPLE, 1" X 10" Each 40 $ 11.07 442.80$ $ 12.09 483.60$ $ 10.70 428.00$ $ 10.29 411.60$ R18 NIPPLE, 1" X 12" Each 80 $ 13.20 1,056.00$ $ 14.37 1,149.60$ $ 12.77 1,021.60$ $ 11.87 949.60$ R19 NIPPLE, 1" X 24" Each 24 $ 27.73 665.52$ $ 30.35 728.40$ $ 26.80 643.20$ $ 25.77 618.48$ R20 NIPPLE, 1" X CLOSE Each 400 $ 2.11 844.00$ $ 2.29 916.00$ $ 2.05 820.00$ $ 1.90 760.00$ R21 NIPPLE, 1-1/4" X 3"Each 12 $ 4.86 58.32$ $ 5.33 63.96$ $ 4.71 56.52$ $ 4.53 54.36$ R22 NIPPLE, 1-1/4" X 6" Each 12 $ 9.35 112.20$ $ 10.21 122.52$ $ 9.05 108.60$ $ 8.69 104.28$ R23 NIPPLE, 1-1/4" X CLOSE Each 12 $ 3.18 38.16$ $ 3.47 41.64$ $ 3.08 36.96$ $ 2.97 35.64$ R24 NIPPLE, 1-1/2" X 2" Each 24 $ 4.45 106.80$ $ 4.85 116.40$ $ 4.31 103.44$ $ 4.14 99.36$ R25 NIPPLE, 1-1/2" X 3" Each 24 $ 6.14 147.36$ $ 6.69 160.56$ $ 5.94 142.56$ $ 5.70 136.80$ R26 NIPPLE, 1-1/2" X 4" Each 24 $ 7.99 191.76$ $ 8.72 209.28$ $ 7.73 185.52$ $ 7.43 178.32$ R27 NIPPLE, 1-1/2" X 5" Each 24 $ 9.93 238.32$ $ 10.84 260.16$ $ 9.60 230.40$ $ 9.23 221.52$ R28 NIPPLE, 1-1/2" X 6" Each 24 $ 11.81 283.44$ $ 12.86 308.64$ $ 11.42 274.08$ $ 10.98 263.52$ R29 NIPPLE, 1-1/2" X 12" Each 24 $ 23.16 555.84$ $ 25.26 606.24$ $ 22.40 537.60$ $ 21.53 516.72$ R30 NIPPLE, 1-1/2" X 18"Each 24 $ 36.48 875.52$ $ 39.97 959.28$ $ 35.28 846.72$ $ 33.91 813.84$ R31 NIPPLE, 1-1/2" X 24" Each 24 $ 48.64 1,167.36$ $ 53.29 1,278.96$ $ 47.02 1,128.48$ $ 45.21 1,085.04$ R32 NIPPLE, 1-1/2" X CLOSE Each 24 $ 4.14 99.36$ $ 4.55 109.20$ $ 4.00 96.00$ $ 3.85 92.40$ R33 NIPPLE, 2" X 3" Each 50 $ 7.85 392.50$ $ 8.53 426.50$ $ 7.60 380.00$ $ 7.30 365.00$ R34 NIPPLE, 2" X 4" Each 40 $ 10.28 411.20$ $ 11.21 448.40$ $ 9.95 398.00$ $ 9.55 382.00$ Page 10 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM LOW BID 2ND LOWEST BID BID TABULATION Did not Bid all Items Price Adjustment Made R35 NIPPLE, 2" X 5" Each 40 $ 12.70 508.00$ $ 13.33 533.20$ $ 12.30 492.00$ $ 11.82 472.80$ R36 NIPPLE, 2" X 6" Each 50 $ 15.17 758.50$ $ 16.52 826.00$ $ 14.68 734.00$ $ 14.10 705.00$ R37 NIPPLE, 2" X 12" Each 40 $ 29.90 1,196.00$ $ 32.61 1,304.40$ $ 28.90 1,156.00$ $ 27.79 1,111.60$ R38 NIPPLE, 2" X 18" Each 30 $ 47.09 1,412.70$ $ 51.74 1,552.20$ $ 45.52 1,365.60$ $ 43.77 1,313.10$ R39 NIPPLE, 2" X 24" Each 50 $ 62.80 3,140.00$ $ 68.59 3,429.50$ $ 60.70 3,035.00$ $ 58.37 2,918.50$ R40 NIPPLE, 2" X CLOSE Each 100 $ 6.31 631.00$ $ 6.84 684.00$ $ 6.10 610.00$ $ 5.67 567.00$ Item R Subtotal 21,203.16$ Item R Subtotal 23,175.70$ Item R Subtotal 20,514.50$ Item R Subtotal 20,722.37$ Page 11 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION Item A CORPORATION STOPS Unit (UOM) A1 CORP STOP, 3/4" CC X INCREASING MIP (FORD FB800-3-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B)Each A2 CORP STOP, 1" CC X INCREASING MIP (FORD FB800-4-NL) (MUELLER B- 20003N) (A.Y. McDONALD 73121B)Each A3 CORP STOP, 3/4" CC X COMP (FORD FB1001-3-Q-NL) (MUELLER B-25008N) (A.Y. McDONALD 74701BQ)Each A4 CORP STOP, 1" CC X COMP (FORD FB1000-4-Q-NL) (MUELLER B-25008N) (A.Y. McDONALD 74701BQ)Each A5 CORP STOP, 1-1/2" CC X MIP (FORD FB400-6-NL) (MUELLER B-2996N) (A.Y. McDONALD 73128B)Each A6 CORP STOP, 2" CC X MIP (FORD FB400-7-NL) (MUELLER B-2996N) (McDONALD No Lead 73128B)Each A7 CORP STOP, 1-1/2" MIP X MIP (FORD FB500-6-NL) (MUELLER B-2969N) (A.Y. McDONALD 73131)Each A8 CORP STOP, 2" MIP X MIP (FORD FB500-7-NL) MUELLER B-2969N) (A.Y. McDONALD 73131)Each A9 CORP STOP, 3/4" MIP X INCREASING MIP (FORD F900-3-NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122)Each A10 CORP STOP, 1" MIP X INCREASING MIP (FORD F900-4-NL) (MUELLER B- 20013N) (A.Y. McDONALD 73122)Each Item B CURB STOP Unit (UOM) B1 CURB STOP, 3/4" CTS X MTR (FORD B43-332W-NL-Q) (MUELLER B- 24350N) (A.Y. McDONALD Each B2 CURB STOP, 1" CTS X MTR (FORD B43-444W-NL-Q) (MUELLER B- 24350N) (A.Y. McDONALD 76100MWQ Each B3 CURB STOP, 1"CTS COMP X 3/4" MTR (FORD B43-342W-NL) (MUELLER B-24350N) (A.Y. McDONALD Each B4 CURB STOP, 3/4" FIP X FIP (FORD B11-333W-NL) (MUELLER B-20200N) (A.Y. McDONALD 76101W)Each B5 CURB STOP, 1" FIP X FIP (FORD B11- 444W-NL) (MUELLER B-20200N (A.Y. McDONALD 76101W )Each Unit Price Total Price $ 33.79 675.80$ $ 42.24 8,448.00$ $ 42.34 423.40$ $ 45.19 1,129.75$ $ 92.83 2,320.75$ $ 158.50 3,962.50$ $ 92.83 928.30$ $ 158.50 1,585.00$ $ 20.51 246.12$ $ 31.49 377.88$ Item A Subtotal 20,097.50$ Unit Price Total Price $ 49.82 12,455.00$ $ 73.21 7,321.00$ $ 53.60 10,720.00$ $ 38.36 7,672.00$ $ 58.73 8,222.20$ Item B Subtotal 46,390.20$ Hayes Pipe Supply, Inc Page 12 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION Item C VALVE Unit (UOM) C1 VALVE, ANGLE METER 3/4" FIP X METER SWIVEL (FORD BA13-332W- NL) (MUELLER B-24265N) (A.Y. Each C2 VALVE, ANGLE METER 1" FIP X METER SWIVEL (FORD BA13-444W- NL) (MUELLER B-24265N) (A.Y. Each C3 VALVE, ANGLE 1-1/2" FIP X METER FLANGE (FORD BFA13-666W-NL) (MUELLER B-24286N) (A.Y. Each C4 VALVE, ANGLE 2" FIP X METER FLANGE (FORD BFA13-777W-NL) (MUELLER B-24286N) (A.Y. Each C5 VALVE, BALL 1-1/2" FIP X 1-1/2" FIP (FORD B11-666W-NL) (MUELLER B- 20200N) (A.Y. McDONALD 76101W)Each C6 VALVE, BALL 2" FIP X 2" FIP (FORD B11-777W-NL) (MUELLER B-20200N) (McDONALD 76101W)Each C7 VALVE, BALL STRAIGHT 1-1/2" FIP X METER FLANGE (FORD BF13-666W- NL) Mueller b-24337N) (A.Y. Each C8 VALVE, BALL STRAIGHT 2" FIP X METER FLANGE (FORD BF13-777W- NL) Mueller b-24337N) (A.Y. Each Item D RECLAIMED WATER Unit (UOM) D1 RCLM 3/4" BALL VALVE (FORD BRW11-333W) (MUELLER B-20200-20) (McDONALD 76101W-RWC)Each D2 RCLM 1" BALL VALVE FIP X FIP (FORD BRW11-444W) (MUELLER B- 20200-20) (A.Y. McDONALD 76101W-Each D3 RCLM 2" BALL VALVE FIP X FIP (FORD BRW11-777W) (MUELLER B- 20200-20) (A.Y. McDONALD 76101W-Each D4 RCLM 1" BALL VALVE CTS COMP. X METER SWIVEL (FORD BRW43-444W- Q) (MUELLER B-24350-20) (A.Y. Each D5 RCLM BALL CORP 1" CC X INCREASING MIP (FORD FBRW800- 4) (MUELLER B-20003-20) (A.Y. Each D6 RCLM BALL CORP 1" CC X COMP (FORD FBRW1000-4-Q) (MUELLER B- 25008-20) (A.Y. McDONALD 74701BQ, Each D7 RCLM BALL CORP 2" CC X MIP (FORD FBRW400-7) (MUELLER B- 2996-20) (A.Y. McDONALD 73128B, Each Item E ADAPTER Unit (UOM) E2 ADAPTER, 1" REGULATOR, MIP X MALE METER THREAD (FORD RA-4- NL) OR APPROVED EQUIVALENT Pair ADAPTER E1 ADAPTER, 3/4" REGULATOR, MIP X MALE METER THREAD (FORD RA-2- NL) OR APPROVED EQUIVALENT Pair Unit Price Total Price $ 49.87 6,233.75$ $ 75.00 9,375.00$ $ 158.37 6,334.80$ $ 185.86 7,434.40$ $ 117.62 2,822.88$ $ 169.05 6,085.80$ $ 121.88 2,437.60$ $ 191.38 3,827.60$ Item C Subtotal 44,551.83$ Unit Price Total Price $ 39.00 11,700.00$ $ 59.27 1,185.40$ $ 171.49 2,057.88$ $ 73.70 2,948.00$ $ 43.71 1,748.40$ $ 48.84 976.80$ $ 161.14 1,933.68$ Item D Subtotal 22,550.16$ Unit Price Total Price $ 15.00 $ 19.50 750.00$ 975.00$ Page 13 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION E3 FLANGE ADAPTER 2" X 1-1/2" (FORD A67-NL) OR APPROVED EQUIVALENT Each E4 ADAPTER, 1" MIP X 1" KITEC COMPRESSION "FOR KITEC IPS TUBING" (FORD C8K-44-Q-NL) Each $ 161.97 3,887.28$ $ 29.52 708.48$ Item E Subtotal 6,320.76$ Page 14 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION Item F ADAPTER, POLY COMPRESSION Unit (UOM) F1 ADAPTER, POLY 3/4" FIP X COMP.(FORD C14-33-Q-NL) (MUELLER H15451N SERIES) (A.Y. Each F2 ADAPTER, POLY 1" FIP X COMP.(FORD C14-44-Q-NL) (MUELLER H15451N SERIES) (A.Y. Each F3 ADAPTER, POLY 1-1/2" FIP X COMP. (FORD C14-66-Q-NL) (MUELLER H15451N SERIES) (A.Y. McDONALD Each F4 ADAPTER, POLY 2" FIP X COMP. ( FORD C14-77-Q-NL)(MUELLER H15451N SERIES) (A.Y. McDONALD Each F5 ADAPTER, POLY 3/4" MIP X COMP. (FORD C84-33-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD Each F6 ADAPTER, POLY 1" MIP X COMP.(FORD C84-44-Q-NL) (MUELLER H15428N SERIES) (A.Y. Each F7 ADAPTER, POLY 1-1/2" MIP X COMP. (FORD C84-66-Q-NL) (MUELLER H15428N SERIES) (A.Y. McDONALD Each F8 ADAPTER, POLY 2" MIP X COMP. (FORD C84-77-Q-NL)(MUELLER H15428 N SERIES )(A.Y. McDONALD Each Item G UNION, POLY Unit (UOM) G1 UNION, 3/4" CTS (FORD C44-33-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each G2 UNION, 1" CTS (FORD C44-44-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each G3 UNION, 1 1/2" CTS FORD C44-66-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each G4 UNION, 2" CTS (FORD C44-77-Q- NL)(MUELLER H15403N SERIES) (A.Y. McDONALD 74758Q SERIES)Each Item H HYDRANT SWIVEL Unit (UOM) H1 HYDRANT SWIVEL, 2.5" HYDRANT SWIVEL X 2" MIP Each Item I METER ADAPTER AND RESETTERS Unit (UOM) I1 METER ADAPTER, 5/8" METER TO 3/4" METER SIZE (FORD A13-NL) OR APPROVED EQUIVALENT Each I2 METER ADAPTER, 3/4" METER TO 1" METER SIZE (FORD A34-NL) OR APPROVED EQUIVALENT Each Unit Price Total Price $ 11.15 557.50$ $ 15.13 756.50$ $ 43.53 522.36$ $ 52.29 1,045.80$ $ 11.00 3,850.00$ $ 13.05 4,567.50$ $ 34.42 1,239.12$ $ 50.11 5,011.00$ Item F Subtotal 17,549.78$ Unit Price Total Price $ 13.40 1,340.00$ $ 15.18 759.00$ $ 49.45 593.40$ $ 68.05 1,633.20$ Item G Subtotal 4,325.60$ Unit Price Total Price $ 41.00 1,230.00$ Item H Subtotal 1,230.00$ Unit Price Total Price $ 12.00 1,800.00$ $ 14.00 1,400.00$ Page 15 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION I3 METER ADAPTER, 5/8" x 3/4" METER TO 1" METER SIZE (FORD A24-NL) OR EQUIVALENT Each I4 METER ADAPTER, 1 1/2" FLANGE X 1" METER SWIVEL (FORD A46 -NL) OR APPROVED EQUIVALENT Each I5 METER FLANGE, 1 1/2" FIP (FORD CF31-66-NL) (MUELLER H10129N) (A.Y. McDONALD 7610F)Each I6 METER FLANGE, 2" FIP (FORD CF31- 77-NL) (MUELLERH10129N) (A.Y. McDONALD 7610F)Each I7 METER FLANGE, 1 1/2" MIP (FORD CF38-66-2-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M)Each I8 METER FLANGE, 2" MIP (FORD CF38- 77-125-NL) (MUELLER H10129MN) (A.Y. McDONALD 7610M)Each $ 17.88 858.24$ $ 103.17 3,714.12$ $ 30.42 2,433.60$ $ 40.00 4,800.00$ $ 33.00 1,980.00$ $ 44.00 3,520.00$ Item I Subtotal 20,505.96$ Page 16 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION Item J METER ADAPTER AND RESETTERS Cont… Unit (UOM) J1 METER X FIP CONNECTION, 3/4" (FORD C31-23-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED Each J2 METER X FIP CONNECTION, 1" (FORD C31-44-NL) (A.Y.McDONALD 74637 SERIES) OR APPROVED Each J3 METER RESETTER, 5/8" X 3/4" X 7" (FORD VB43-7W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each J4 METER RESETTER, 5/8" X 3/4" X 9" (FORD VB43-9W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each J5 METER RESETTER, 5/8" X 3/4" X 12" (FORD VB43-12W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each J6 METER RESETTER, 5/8" X 3/4" X 15" (FORD VB43-15W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each J7 METER RESETTER, 5/8" X 3/4" X 18" (FORD VB43-18W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD Each J8 METER RESETTER, 1" X 10" (FORD VB44-10W-NL) (MUELLER B24118N SERIES) (A.Y. McDONALD 718-Each J9 METER RESETTER, 1" X 15" (FORD VB44-15W-NL) (MUELLER B24118N SERIES) A.Y. McDONALD 718-412WX)Each Item K METER COUPLING Unit (UOM) K1 METER "SPUD", STRAIGHT COUPLING, 1"x 2" LONG (FORD C38- 44-2-NL) (MUELLER H-10891N Each K2 METER "SPUD", STRAIGHT COUPLING 1"X 2.5" LONG (STANDARD LENGTH 2.63" - 2 5/8") Each K3 METER SPUD, STRAIGHT COUPLING 3/4" x 2" LONG (FORD C38-23-2-NL) (MUELLER H-10891N SERIES) (A.Y. Each K4 METER SPUD, STRAIGHT COUPLING 3/4" x 2.25" LONG (FORD C38-23-2-25- NL) (MUELLER H-10891N SERIES) Each K5 METER SPUD, STRAIGHT COUPLING 3/4"x 2.5" LONG (FORD C38-23-2-5- NL) (MUELLER H-10891N SERIES) Each K6 METER SPUD, STRAIGHT COUPLING 3/4" x 3" LONG (FORD C38-23-3-NL) (MUELLER H-10891N SERIES) (A.Y. Each Item L BUSHING Unit (UOM) L1 BUSHING, REDUCER, 1/2" X 1/4" (IPT)Each L2 BUSHING, REDUCER, 3/4" X 1/4" (IPT)Each L3 BUSHING, REDUCER, 3/4" X 1/2" (IPT)Each L4 BUSHING, REDUCER, 1" X 3/4" (IPT)Each Unit Price Total Price $ 10.08 1,512.00$ $ 15.00 1,500.00$ $ 91.00 3,640.00$ $ 92.97 1,859.40$ $ 92.97 1,115.64$ $ 96.00 576.00$ $ 107.47 644.82$ $ 151.19 907.14$ $ 157.75 946.50$ Item J Subtotal 12,701.50$ Unit Price Total Price $ 10.89 2,722.50$ $ 10.68 2,670.00$ $ 6.81 1,021.50$ $ 6.81 1,021.50$ $ 6.81 681.00$ $ 8.51 851.00$ Item K Subtotal 8,967.50$ Unit Price Total Price $ 1.18 59.00$ $ 1.91 45.84$ $ 1.60 9.60$ $ 2.46 59.04$ Page 17 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION L5 BUSHING, REDUCER, 1" X 1-1/4" (IPT)Each L6 BUSHING, REDUCER, 1-1/2" X 3/4" (IPT)Each L7 BUSHING, REDUCER, 2" X 3/4" (IPT)Each L8 BUSHING, REDUCER, 1-1/4" X 1" (IPT)Each L9 BUSHING, REDUCER, 1-1/2" X 1" (IPT)Each L10 BUSHING, REDUCER, 1-1/2" X 1-1/4" (IPT)Each L11 BUSHING, REDUCER, 2" X 1" (IPT)Each L12 BUSHING, REDUCER, 2" X 1-1/4" (IPT)Each L13 BUSHING, REDUCER, 2" X 1-1/2" (IPT)Each L14 BUSHING, REDUCER, 2-1/2" X 2" (IPT)Each L15 BUSHING, REDUCER, 3" X 2" (IPT)Each L16 BUSHING, REDUCER, 2" CC X 3/4" CC Each L17 BUSHING, REDUCER, 2" CC X 1" CC Each L18 BUSHING, REDUCER, 2" CC X 1-1/2" CC Each $ 4.15 49.80$ $ 6.52 78.24$ $ 9.48 189.60$ $ 4.15 24.90$ $ 5.32 127.68$ $ 5.32 31.92$ $ 9.48 474.00$ $ 7.89 47.34$ $ 7.89 47.34$ $ 15.58 93.48$ $ 23.85 143.10$ $ 52.62 315.72$ $ 53.73 322.38$ $ 39.09 234.54$ Item L Subtotal 2,353.52$ Page 18 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION Item M CAPS Unit (UOM) M1 CAPS, PIPE, 3/4" (FIPT)Each M2 CAPS, PIPE, 1" (FIPT)Each M3 CAPS, PIPE, 1 1/2" (FIPT)Each M4 CAPS, PIPE, 1 1/4"(FIPT)Each M5 CAPS, PIPE, 2"(FIPT)Each Item N COUPLING Unit (UOM) N1 COUPLING, 3/4" (FIPT)Each N2 COUPLING, 1" (FIPT)Each N3 COUPLING, 1-1/2" (FIPT)Each N4 COUPLING, 1-1/4" (FIPT)Each N5 COUPLING, 2" (FIPT)Each N6 COUPLING, REDUCER 3/4" X 1/2" (FIPT)Each N7 COUPLING, REDUCER 1" X 3/4" (FIPT)Each N8 COUPLING, REDUCER 1-1/4" X 3/4" (FIPT)Each N9 COUPLING, REDUCER 1-1/2" X 3/4" (FIPT)Each N10 COUPLING, REDUCER 1-1/4" X 1" (FIPT)Each N11 COUPLING, REDUCER 1-1/2" X 1" (FIPT)Each N12 COUPLING, REDUCER 1-1/2" X 1-1/4" (FIPT)Each N13 COUPLING, REDUCER 2" X 1" (FIPT)Each N14 COUPLING, REDUCER 2" X 1-1/4" (FIPT)Each N15 COUPLING, REDUCER 2" X 1-1/2" (FIPT)Each N16 COUPLING, REDUCER 2-1/2" X 1-1/2" (FIPT)Each N17 COUPLING, REDUCER 2-1/2" X 2" (FIPT)Each Item O ELL Unit (UOM) O1 ELL 45, 3/4" (FIPT)Each O2 ELL 45, 1" (FIPT)Each O3 ELL 45, 1 1/2" (FIPT)Each O4 ELL 45, 2" (FIPT)Each O5 ELL 90, 3/4" (FIPT)Each O6 ELL 90, 1" (FIPT)Each O7 ELL 90, 1-1/4" (FIPT)Each Unit Price Total Price $ 1.91 22.92$ $ 3.02 226.50$ $ 6.25 75.00$ $ 4.59 344.25$ $ 10.64 425.60$ Item M Subtotal 1,094.27$ Unit Price Total Price $ 2.40 480.00$ $ 3.63 544.50$ $ 7.89 394.50$ $ 5.76 69.12$ $ 12.90 1,290.00$ $ 2.92 35.04$ $ 4.82 120.50$ $ 7.89 94.68$ $ 11.17 134.04$ $ 7.89 94.68$ $ 10.00 120.00$ $ 10.00 60.00$ $ 16.43 328.60$ $ 14.69 88.14$ $ 14.69 88.14$ $ 26.25 157.50$ $ 26.25 157.50$ Item N Subtotal 4,256.94$ Unit Price Total Price $ 3.00 60.00$ $ 5.11 102.20$ $ 10.25 205.00$ $ 16.32 326.40$ $ 3.00 1,200.00$ $ 4.61 1,844.00$ $ 7.35 147.00$ Page 19 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION O8 ELL 90, 1-1/2" (FIPT)Each O9 ELL 90, 2" (FIPT)Each O10 ELL 90, REDUCER 1" X 3/4" (FIPT)Each O11 ELL 90, REDUCER 1-1/4" X 1" (FIPT)Each O12 ELL 90, REDUCER 1-1/2" X 1" (FIPT)Each O13 ELL 90, REDUCER 2" X 1-1/2" (FIPT)Each O14 ELL 90, REDUCER 2-1/2" X 2" (FIPT)Each Item P PLUG Unit (UOM) P1 PLUG, 1/4" (MIPT) Each P2 PLUG, 1/2" (MIPT)Each P3 PLUG, 3/4" (MIPT)Each P4 PLUG, 1" (MIPT) Each P5 PLUG, 1-1/4"(MIPT)Each P6 PLUG, 1-1/2" (MIPT)Each P7 PLUG, 2" (MIPT) Each P8 PLUG, 3/4" (CC)Each P9 PLUG, 1" (CC)Each P10 PLUG, 1-1/2" (CC)Each P11 PLUG, 2" (CC)Each $ 12.90 1,290.00$ $ 14.93 2,986.00$ $ 5.76 576.00$ $ 9.08 1,816.00$ $ 11.48 229.60$ $ 21.00 252.00$ $ 35.08 420.96$ Item O Subtotal 11,455.16$ Unit Price Total Price $ 0.88 10.56$ $ 1.53 45.90$ $ 1.73 86.50$ $ 2.30 69.00$ $ 3.41 40.92$ $ 4.39 52.68$ $ 6.95 347.50$ $ 7.47 149.40$ $ 10.80 216.00$ $ 29.08 348.96$ $ 49.38 592.56$ Item P Subtotal 1,959.98$ Page 20 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION Item Q TEE Unit (UOM) Q1 TEE, 3/4"(FIPT)Each Q2 TEE, 1" (FIPT)Each Q3 TEE, 1" X 1" X 3/4" (FIPT)Each Q4 TEE, 1-1/2" (FIPT)Each Q5 TEE, 2" (FIPT)Each Item R NIPPLE Unit (UOM) R1 NIPPLE, 1/2" x 48" Each R2 NIPPLE, 3/4" X 2" Each R3 NIPPLE, 3/4" X 3" Each R4 NIPPLE, 3/4" X 4" Each R5 NIPPLE, 3/4" X 5" Each R6 NIPPLE, 3/4" X 6" Each R7 NIPPLE, 3/4" X 8" Each R8 NIPPLE, 3/4" X 10" Each R9 NIPPLE, 3/4" X 12" Each R10 NIPPLE, 3/4" X 24" Each R11 NIPPLE, 3/4" X CLOSE Each R12 NIPPLE, 1" X 2" Each R13 NIPPLE, 1" X 3" Each R14 NIPPLE, 1" X 4" Each R15 NIPPLE, 1" X 5" Each R16 NIPPLE, 1" X 6" Each R17 NIPPLE, 1" X 10" Each R18 NIPPLE, 1" X 12" Each R19 NIPPLE, 1" X 24" Each R20 NIPPLE, 1" X CLOSE Each R21 NIPPLE, 1-1/4" X 3"Each R22 NIPPLE, 1-1/4" X 6" Each R23 NIPPLE, 1-1/4" X CLOSE Each R24 NIPPLE, 1-1/2" X 2" Each R25 NIPPLE, 1-1/2" X 3" Each R26 NIPPLE, 1-1/2" X 4" Each R27 NIPPLE, 1-1/2" X 5" Each R28 NIPPLE, 1-1/2" X 6" Each R29 NIPPLE, 1-1/2" X 12" Each R30 NIPPLE, 1-1/2" X 18"Each R31 NIPPLE, 1-1/2" X 24" Each R32 NIPPLE, 1-1/2" X CLOSE Each R33 NIPPLE, 2" X 3" Each R34 NIPPLE, 2" X 4" Each Unit Price Total Price $ 3.63 181.50$ $ 6.50 325.00$ $ 8.11 1,622.00$ $ 12.77 153.24$ $ 20.59 823.60$ Item Q Subtotal 3,105.34$ Unit Price Total Price $ 27.16 162.96$ $ 1.69 676.00$ $ 2.22 333.00$ $ 2.97 594.00$ $ 3.62 181.00$ $ 4.40 220.00$ $ 5.83 145.75$ $ 7.01 280.40$ $ 8.35 668.00$ $ 17.57 421.68$ $ 1.36 544.00$ $ 2.49 249.00$ $ 3.28 328.00$ $ 4.31 215.50$ $ 5.34 213.60$ $ 6.40 320.00$ $ 10.54 421.60$ $ 12.62 1,009.60$ $ 26.40 633.60$ $ 2.00 800.00$ $ 4.62 55.44$ $ 8.93 107.16$ $ 3.00 36.00$ $ 4.22 101.28$ $ 5.80 139.20$ $ 7.63 183.12$ $ 9.44 226.56$ $ 11.28 270.72$ $ 22.08 529.92$ $ 34.10 818.40$ $ 45.80 1,099.20$ $ 3.94 94.56$ $ 7.41 370.50$ $ 9.75 390.00$ Page 21 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION R35 NIPPLE, 2" X 5" Each R36 NIPPLE, 2" X 6" Each R37 NIPPLE, 2" X 12" Each R38 NIPPLE, 2" X 18" Each R39 NIPPLE, 2" X 24" Each R40 NIPPLE, 2" X CLOSE Each $ 12.08 483.20$ $ 14.45 722.50$ $ 28.31 1,132.40$ $ 44.44 1,333.20$ $ 59.25 2,962.50$ $ 6.00 600.00$ Item R Subtotal 20,073.55$ Page 22 of 25 CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION ITEM DESCRIPTION Core & Main LP Empire Pipe Orlando LLC Ferguson Enterprises LLC dba. Ferguson Waterworks Fortiline Waterworks Hayes Pipe Supply, Inc A CORPORATION STOPS 19,557.20$ 21,004.41$ 19,208.52$ 21,009.39$ 20,097.50$ B CURB STOP 44,714.80$ 46,735.60$ 43,957.60$ 46,984.40$ 46,390.20$ C VALVE 43,597.73$ 40,508.89$ 42,868.79$ 45,753.59$ 44,551.83$ D RECLAIMED WATER 22,331.96$ 23,439.56$ 21,925.60$ 24,128.92$ 22,550.16$ E ADAPTER 6,178.76$ -$ 6,071.34$ 4,077.50$ 6,320.76$ F ADAPTER, POLY COMPRESSION 16,894.32$ 17,681.12$ 16,615.90$ 17,746.94$ 17,549.78$ G UNION, POLY 4,138.18$ 4,346.52$ 4,070.38$ 4,383.88$ 4,325.60$ H HYDRANT SWIVEL 675.00$ -$ 1,225.50$ 1,365.00$ 1,230.00$ I METER ADAPTER AND RESETTERS 19,963.08$ 17,035.20$ 19,638.78$ 15,423.16$ 20,505.96$ J METER ADAPTER AND RESETTERS CONT…12,372.52$ 10,911.80$ 12,166.90$ 11,846.06$ 12,701.50$ K METER COUPLING 8,633.00$ 9,015.00$ 8,491.00$ 9,075.00$ 8,967.50$ L BUSHING 2,807.88$ 1,791.00$ 2,127.30$ 1,612.96$ 2,353.52$ M CAPS 1,272.00$ 1,331.49$ 1,119.97$ 1,059.53$ 1,094.27$ N COUPLING 4,962.85$ 5,107.03$ 4,365.03$ 3,946.56$ 4,256.94$ O ELL 12,896.68$ 13,320.04$ 11,712.52$ 11,084.60$ 11,455.16$ P PLUG 1,872.88$ 1,055.68$ 1,598.96$ 1,004.30$ 1,959.98$ Q TEE 3,559.90$ 3,742.06$ 3,176.66$ 3,215.86$ 3,105.34$ R NIPPLE 21,203.16$ 23,175.70$ 20,514.50$ 20,722.37$ 20,073.55$ Total Bid Items A Thru R:247,631.90$ 240,201.10$ 240,855.25$ 244,440.02$ 249,489.55$ *Missing NSF/ANSI Standard 61 cert NOTE: Items with a star ( ) indicates intent to award. LOW BID 2ND LOWEST BID Non responsive: Did not bid all items CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION ITEM DESCRIPTION Core & Main LP Empire Pipe Orlando LLC Ferguson Enterprises LLC dba. Ferguson Waterworks Fortiline Waterworks Hayes Pipe Supply, Inc A CORPORATION STOPS 19,557.20$ 21,004.41$ 19,208.52$ 21,009.39$ 20,097.50$ B CURB STOP 44,714.80$ 46,735.60$ 43,957.60$ 46,984.40$ 46,390.20$ C VALVE 43,597.73$ 40,508.89$ 42,868.79$ 45,753.59$ 44,551.83$ D RECLAIMED WATER 22,331.96$ 23,439.56$ 21,925.60$ 24,128.92$ 22,550.16$ E ADAPTER 6,178.76$ -$ 6,071.34$ 4,077.50$ 6,320.76$ F ADAPTER, POLY COMPRESSION 16,894.32$ 17,681.12$ 16,615.90$ 17,746.94$ 17,549.78$ G UNION, POLY 4,138.18$ 4,346.52$ 4,070.38$ 4,383.88$ 4,325.60$ H HYDRANT SWIVEL 675.00$ -$ 1,225.50$ 1,365.00$ 1,230.00$ I METER ADAPTER AND RESETTERS 19,963.08$ 17,035.20$ 19,638.78$ 15,423.16$ 20,505.96$ J METER ADAPTER AND RESETTERS CONT…12,372.52$ 10,911.80$ 12,166.90$ 11,846.06$ 12,701.50$ K METER COUPLING 8,633.00$ 9,015.00$ 8,491.00$ 9,075.00$ 8,967.50$ L BUSHING 2,807.88$ 1,791.00$ 2,127.30$ 1,612.96$ 2,353.52$ M CAPS 1,272.00$ 1,331.49$ 1,119.97$ 1,059.53$ 1,094.27$ N COUPLING 4,962.85$ 5,107.03$ 4,365.03$ 3,946.56$ 4,256.94$ O ELL 12,896.68$ 13,320.04$ 11,712.52$ 11,084.60$ 11,455.16$ P PLUG 1,872.88$ 1,055.68$ 1,598.96$ 1,004.30$ 1,959.98$ Q TEE 3,559.90$ 3,742.06$ 3,176.66$ 3,215.86$ 3,105.34$ R NIPPLE 21,203.16$ 23,175.70$ 20,514.50$ 20,722.37$ 20,073.55$ Total Bid Items A Thru R:247,631.90$ 240,201.10$ 240,855.25$ 244,440.02$ 249,489.55$ NOTE: Items with a star ( ) indicates intent to award. Non responsive: Did not bid all items CITY OF CLEARWATER ITB # 43-19, SERVICE BRASS AND BRASS VALVES DUE DATE: July 23, 2019; 10:00 AM BID TABULATION VENDOR Core & Main LP Empire Pipe Orlando LLC Ferguson Enterprises LLC dba. Ferguson Waterworks Fortiline Waterworks Hayes Pipe Supply, Inc Original / Copy / Electronic copy Y Y Y Y Y Bid container properly labeled Y Y Y Y Y Bid Pricing Form Y Y - Did not bid all items Y Y Exceptions, Additional Materials, Addenda Form (Addenda acknowledged)Y - exceptions taken Y - No Exc/No Addl Y - No Exc/No Addl Y - No Exc/No Addl Y - No Exc/No Addl Vendor Information Form Y Y Y Y Y Offer Certification Form Y Y Y Y Y W-9 Form Y Y Y Y Y Included Lead Free Certificate: Required with Bid Submittal (pg14)Y N Y Y Y Can Meet Delivery Y Y Y Y Y Payment Terms NET30 NET30 NET30 NET30 NET30 Due Diligence Sunbiz Y Y Y Y Y Review of DMS sites / Federal Debarment Site Not on list Not on list Not on list Not on list Not on list Review of license requirement N/A N/A N/A N/A N/A Review of certification requirement Y Y Y Y Y Review of other Clearwater contracts Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6642 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.17 SUBJECT/RECOMMENDATION: Award Invitation to Bid 46-19, Backflow Devices and Parts, to Ferguson Enterprises LLC dba Ferguson Waterworks of Tampa, FL, Core and Main LP of St Louis, MO and American Backflow Products Company of Tallahassee, FL, for the supply of backflow devices and parts, in the annual not-to-exceed amount of $250,000, with the option for two one-year term extensions and authorize the appropriate officials to execute same. SUMMARY: Invitation to Bid (ITB) 46-19 was issued on July 11, 2109 for the supply of backflow devices and parts. Seven bids were received on August 8, 2019. Three vendors - Ferguson Waterworks, Core & Main LP and American Backflow Products Company are recommended for award, representing the most responsive and responsible low bidders, meeting the specifications for Bid 46-19. For placing orders, the award is as follows: Groups 1, 5 and 7 to Ferguson Waterworks, Groups 2, 3, 4 and 6 to Core & Main LP and Groups 8 and 9 to American Backflow Products Company. To ensure a continuity of supply, flexibility to order product from either vendor as a secondary source for Groups 1-7 when urgent and primary is out of stock and tertiary from the open market is included in this recommendation. The contract will be effective on October 1, 2019 for an initial one-year period with two one-year renewal terms available to the City. Renewal Terms allow for cost increases based on the Producer Price Index #1017, Steel mill products. Renewal prices shall be firm for the respective annual term. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY20 are available in Public Utilities’ cost center 550400 Operating Supplies & Materials: ·FY20 $250,000 Future fiscal year budgets will include requests for funding: ·FY21 $250,000 ·FY22 $250,000 Page 1 City of Clearwater Printed on 9/5/2019 CITY OF CLEARWATER ITB # 46-19, BACKFLOW DEVICES AND PARTS DUE DATE: AUGUST 8, 2019; 10:00 AM BID TABULATION SUMMARY GROUP DESCRIPTION American Backflow Products Company ow Apparatus & Valve Co. dba B Core & Main LP Empire Pipe Orlando LLC Ferguson Waterworks Fortiline Waterworks Hayes Pipe Supply, Inc. Description Total Price Total Price Total Price Total Price Total Price Total Price Total Price 1 DOUBLE CHECK VALVE (DCV) 3/4"- 2"NO BID 25,884.40$ 26,946.80$ 30,004.00$ 22,119.44$ 23,522.16$ 23,522.16$ 2 DOUBLE CHECK VALVE ASSEMBLY (DCVA) 3"-8"NO BID 25,771.00$ 24,544.20$ 26,506.00$ 24,847.40$ 24,594.82$ 25,112.62$ 3 DOUBLE CHECK DETECTOR ASSMBLY (DCDA) 2"NO BID 17,280.00$ 12,905.36$ 14,160.00$ 13,132.00$ 12,931.92$ NO BID 4 DOUBLE CHECK DETECTOR ASSEMBLY (DCDA) 4"-12"NO BID 127,222.00$ 121,172.15$ 130,495.00$ 122,499.00$ 121,422.04$ 123,978.29$ 5 REDUCED PRESSURE ZONE (RPZ) 3/4"- 2"NO BID 30,279.60$ 31,511.70$ 31,602.00$ 22,039.20$ 23,348.10$ 23,348.10$ 6 REDUCED PRESSURE ZONE ASSEMBLY (RPZA) 3"-10"NO BID 25,999.00$ 24,763.38$ 25,794.00$ 24,907.00$ 24,814.42$ 25,335.00$ 7 FREEZE PROTECTION VALVE (FPV)6,027.60$ 5,814.00$ 6,046.80$ NO BID 5,724.00$ 5,914.80$ NO BID 8 MISCELLANEOUS PARTS 2,576.00$ 1,972.00$ 13,320.00$ 39,100.00$ 5,926.00$ 10,760.00$ NO BID 9 REPAIR KITS 95,789.47$ 99,904.50$ 113,316.20$ 59,023.80$ 97,842.47$ 127,293.27$ 102,693.00$ Total Bid Items 1 – 9:104,393.07$ 360,126.50$ 374,526.59$ 356,684.80$ 339,036.51$ 374,601.53$ 323,989.17$ NOTE: Items with a star ( ) indicates intent to award. - August 15, 2019 NOTICE OF INTENT TO AWARD Public Utilities and Purchasing recommend award of ITB No. 46-19, Backflow Devices and Parts to three vendors, American Backflow Products Company, Core and Main LP and Ferguson Waterworks, the lowest most responsible bidders, in accordance with the bid specifications, in the estimated amount of $250,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. The award is as follows: Company: American Backflow Products Company Groups: 8-Miscellaneous Parts, 9-Repair Kits Company: Core and Main LP Groups: 2-Double Check Valve Assembly (DCVA) 3”-8”, 3- Double Check Detector Assembly (DCDA) 2”, 4- Double Check Detector Assembly (DCDA) 4”-12”, 6-Reduced Pressure Zone Assembly (RPZA) 3”-10” Company: Ferguson Waterworks Groups: 1- Double Check Valve (DCV) ¾”-2”, 5- Reduced Pressure Zone (RPZ) ¾”-2”, 7- Freeze Protection Valve (FPV) This Award recommendation will be considered by the City Council at the September 3, 2019 Work Session (9:00 a.m.) and voted on at the September 5, 2019 Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 562-4634, or mailed to City of Clearwater, Attn: Purchasing, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Valerie Craig Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6650 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.18 SUBJECT/RECOMMENDATION: Authorize a sole source award to Hudson Pump and Equipment of Lakeland, Florida for Flygt pumps, parts and services, in the annual amount of $200,000.00, with the option for two, one-year extensions, pursuant to Clearwater Code of Ordinances Section 2.564 Exceptions to Bidding and authorize the appropriate officials to execute same. SUMMARY: Flygt AC (Allis Chalmers) Pumps are standardized in the City’s wastewater facilities for filter effluent and backwash pumping applications due to reliability of the pumps and to facilitate operational and maintenance efficiency. Hudson Pump & Equipment is the regional distributor of Flygt equipment and services, a division of Tencarva Machinery Co. LLC of Greensboro. NC. Standardization of pumping equipment reduces redesign/retrofit of the piping systems and overall down time, which is critical to maintaining regulatory compliance. Standardization also reduces the required stocking of parts, replacement pumps, and the cost of maintenance operations. In accordance with City Code Section 2.564 (1)(b), Exceptions to Bidding, Hudson Pump has been determined a sole source vendor for Flygt AC (Allis Chalmers) Pumps, replacement parts and factory authorized service. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY20 are available in Public Utilities’ cost center 550400 Operating Supplies & Materials: ·FY20 $200,000 Future fiscal year budgets will include requests for funding: ·FY21 $200,000 ·FY22 $200,000 Page 1 City of Clearwater Printed on 9/5/2019 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 4/3/2019 Marsh &McLennan Agency LLC1400EastchesterDriveHighPointNC27265 Byron McLean,CIC,CISR 336-899-2408 212-607-6551 Byron.Mclean@marshmma.com Zurich American Insurance Company 16535 TENCAMACHI Travelers Prop &Casualty Co of America 25674TencarvaMachineryCompanySeeAttachmentforExtensionofNamedInsureds1115PleasantRidgeRoadGreensboroNC27409 American Zurich Insurance Company 40142 Hanover Insurance Company 22292 Illinois Union Insurance Company 27960 1468541915 A X 1,000,000 X 500,000 10,000 1,000,000 2,000,000 X Y GLO5611226-04 1/1/2019 1/1/2020 2,000,000 A 1,000,000 X X X Y BAP5611227-04 1/1/2019 1/1/2020 B X X 25,000,000ZUP41M38281-19-NF 1/1/2019Y 1/1/2020 25,000,000 X 0 C XWC5611225-04 1/1/2019 1/1/2020 1,000,000 1,000,000 1,000,000 DE Contractor's EquipmentPollutionLiability IH6962655909CPYG27418685005 1/1/20191/1/2019 1/1/20201/1/2020 Leased/RentedPollutionPerOccur 150,0005,000,000 The City of Clearwater is included as Additional Insured under the General and Auto Liability with respect to work performed by the insured if required by writtencontractforthereferencedjoband/or contract. City of ClearwaterPOBox4748ClearwaterFL33758 Continuation of Tencarva Machinery Co., LLC Certificate of Insurance Named Insured Extension: • Tencarva Machinery Company, LLC • Tencarva Holding Company I • Tencarva Holding Company II • Hudson Pump & Equipment Associates LLC • Hudson Pump & Equipment, a Division of Tencarva Machinery • Engineering Equipment, a Division of Tencarva Machinery • Electric Service & Sales, a Division of Tencarva Machinery • Southern Sales Co, a Division of Tencarva Machinery • GPM Industries, a Division of Tencarva Machinery • Uniguard Machine Guards, a Division of Tencarva Machinery • Saladin Pump & Equipment Co Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6632 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 9.19 SUBJECT/RECOMMENDATION: Award a contract (blank purchase order) to Jet Age Fuel, Inc. of Clearwater, FL in the annual amount of $2,700,000 for the purchase of unleaded and diesel fuel, with two one-year renewal terms at the City's option and authorize the appropriate officials to execute same. SUMMARY: Invitation to Bid (ITB) No. 37-19 was issued in July 2019. Three responses were received. The ITB pricing structure was based on specific dates' rack rates, and the respective Fixed Fee Markup (+ or -) from the bidders. Fuel prices change daily based on the rack rate market index (OPIS), markups, and applicable taxes/fees. For general reference, on July 26, 2019, fuel prices were $2.13 for unleaded and $ 2.30 for diesel, per gallon. This contract is for the purchase of unleaded and un-dyed diesel fuel for delivery to the City's fuel facility located at 1701 N. Hercules Avenue and for the purchase of dyed diesel for delivery to the City’s fixed and mobile generators at various locations within the city. The fuel purchased from this contract is utilized in the majority of city equipment, including police and fire. Jet Age was the lowest bidder on ITB 37-19. Additionally, the ITB required a written commitment from the supplier of their ability to be responsive to Clearwater in emergency situations. Jet Age provided a written confirmation of their ability to supply fuel 24 hours a day, seven days a week, including during the hurricane season; and if their supply from the Port of Tampa is interrupted they have the ability to obtain fuel via truck from Jacksonville, Florida or Bainebridge, Georgia. Per the US Energy Information Administration, the average retail price for diesel to-date in 2019 is $3.04 per gallon and the average retail price for unleaded to-date is $2.79 per gallon (projections of cost for the period of this award were averaged to estimate the price per gallon and includes taxes for which the City is reimbursed). The City does not pay Federal taxes but does pay state taxes at time of payment and submits for reimbursement on a monthly basis. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY19 are available in the Garage Fund cost code 5666611-550500 (Fuel) ·FY19 $225,000 (1 month) Funds for FY20 are included in the proposed budget for the Garage Fund cost code 5666611-550500 (Fuel) ·FY20 $2,700,000 Future fiscal year budgets will include requests for funding: Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6632 ·FY21 $2,700,000 ·FY22 $2,475,000 (11 months) Page 2 City of Clearwater Printed on 9/5/2019 CITY OF CLEARWATER BID TABULATION: LOCATON 1 - SOLID WASTE FACILITY ONLY; LOCATION 2 - CITY OF CLEARWATER MARINA IS TO BE DETERMINED Vendor Gasoline E10, Unleaded 87 Octane Ultra Low Sulfur Diesel Ultra Low Sulfur Diesel, Red Dye, Grade No. 2-D Gasoline Non-Ethanol, Unleaded 90 Octane Fuel Additive Application Rate Jet Age Fuel, Inc -0.0135 -0.0135 +0.095 +0.085 Schaffer Gas and Diesel Treat .02 gallon Diesel 1:2000 Gas 1:2000 Kimble's Aviation Logistical Services +.17 +.17 +.17 +.17 $30/32oz ValvTect VMDA 32oz treats 250 gallons of Diesel Palmdale Oil Company, Inc +.0107 +.0207 +.0408 +.0056 .04 gallon VMDA 1:1500 VMGA 1:3200 REMARKS: Price(s) with star ( ) indicates apparent low bidder, intent to award. Kimble's deemed Non-Responsive Fixed Fee Markup (+/-) (Per Gallon) ITB # 37-19, Fuel - Gasoline and Diesel DUE DATE: July 18, 2019; 10:00 AM August 13, 2019 NOTICE OF INTENT TO AWARD General Services and Purchasing recommend award of Location 1 – Solid Waste Facility of ITB 37-19, Fuel – Gasoline and Diesel, to Jet Age Fuel, Inc, the lowest responsible bidder, in accordance with the bid specifications, in the estimated amount of $2,700,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. This Award recommendation will be considered by the City Council at the September 3, 2019 Work Session (9:00 a.m.) and voted on at the September 5, 2019 Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 562-4635, or mailed to City of Clearwater, Attn: Purchasing, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Kelly Rogers Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6692 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 9.20 SUBJECT/RECOMMENDATION: Appoint two members to the Nuisance Abatement Board with terms to expire August 31, 2023. SUMMARY: APPOINTMENT WORKSHEET BOARD: Nuisance Abatement Board TERM: 4 years FINANCIAL DISCLOSURE: Yes APPOINTED BY: City Council RESIDENCY REQUIREMENT: City of Clearwater MEMBERS: 7 CHAIRPERSON: MEETING DATES: As Called, 1st Wed./Month - 3:00 pm PLACE: Main Library APPTS. NEEDED: 2 Purpose: The Nuisance Abatement Board will be composed of seven city residents who will conduct hearings on public nuisance cases associated with prostitution and drug-related activities on known properties throughout the City. THE FOLLOWING ADVISORY BOARD MEMBERS TERMS HAVE EXPIRED AND NOW REQUIRE EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE: 1. Susan Oliveto - 100 Waverly Way #303, 33756 - English Teacher/Librarian Original appointment: 8/4/16 (was filling unexpired term until 8/31/19) Interest in reappointment: Yes 2. Nancy O’Neill - 1360 Druid Road, 33756 - Restaurant Owner Original appointment: 8/20/15 (was serving 1st term until 8/31/19) Interest in reappointment: Yes THE NAME BELOW IS ALSO BEING SUBMITTED FOR CONSIDERATION TO FILL ONE OF Page 1 City of Clearwater Printed on 9/5/2019 File Number: ID#19-6692 THE ABOVE VACANCIES: 1. Patrick J. Raftery - 3237 Masters Dr., 33761 - Senior Buyer/Supervisor Zip codes of current members: 1 at 33755 5 at 33756 1 at 33759 Current Categories: Analyst Attorney Clinical Social Worker English Teacher/Librarian HR Analyst Production Tour/Manager Restaurant Owner Page 2 City of Clearwater Printed on 9/5/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6772 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 9.21 SUBJECT/RECOMMENDATION: Confirm the Declaration of a State of Emergency due to conditions surrounding Hurricane Dorian and adopt Resolution 19-30. SUMMARY: The City Manager issued a Proclamation of a State of Emergency on August 31, 2019 based on the conditions surrounding Hurricane Dorian. Section 15.07(2) of the Clearwater Code of Ordinances requires the City Council to confirm a Declaration of a State of Emergency at the next regularly scheduled meeting. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/5/2019 [A04-00040 /240169/1] Resolution No. 19-30 RESOLUTION NO. 19-30 A RESOLUTION OF THE CITY OF THE CITY OF CLEARWATER, FLORIDA, CONFIRMING A DECLARATION OF A STATE OF EMERGENCY; PROVIDING AN EFFECTIVE DATE. WHEREAS, a state of emergency in the City of Clearwater was proclaimed by William B. Horne, II, City Manager, on August 31, 2019 based on conditions surrounding Hurricane Dorian; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. A declaration of a state of emergency proclaimed on August 31, 2019, is hereby confirmed. Section 2. This resolution shall be effective and shall terminate concurrently with the Pinellas County declaration of a State of Emergency. PASSED AND ADOPTED this 5th day of September, 2019. Attest: ___________________________ ________________________________ Rosemarie Call, City Clerk George N. Cretekos, Mayor Approved as to form: ___________________________ Pamela K. Akin, City Attorney Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6640 Agenda Date: 9/5/2019 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 9.22 SUBJECT/RECOMMENDATION: Provide direction on renaming the Bayfront Tennis Complex to Coachman Commons. SUMMARY: Following the Imagine Clearwater planning phase, staff seeks to create a strong identity for the public spaces at the downtown waterfront through renaming the physical entity as Coachman Commons. Coachman Commons is the multi-use, vibrant public park and arts destination available to residents and visitors year-round. Consistent with Imagine Clearwater’s publicly agreed upon plan and community vision, Coachman Commons encompasses an active, authentic, iconic and open civic space from the Clearwater Main Library to the former city hall site. Active- A public space that is available 365 days a year with arts, events and activations for residents and visitors alike. Authentic- Highlighting the city’s unique assets at the downtown waterfront as a versatile destination. Iconic- Providing a high-quality arts destination and public space that uses light, sound and technology to immerse and engage visitors. Open-Connected sets of public places impact civic engagement, environmental sustainability and economic development. Staff is requesting that Council approve the recommendation to rename Bayfront Tennis Complex, 301 Cleveland St, Clearwater FL, 33755 and Coachman Park, 301 Drew Street, Clearwater, FL 33755 to the new name of Coachman Commons. Upon approval of this recommendation by council the item will be referred to the Parks & Recreation Advisory Board so the item can have a public hearing and be voted on by the Parks and Recreation Board at their October 22, 2019 meeting. Because Coachman Park was previously named by resolution of Council, following the Parks and Recreation Board action, this item will return to Council for approval by resolution. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 9/5/2019 |1CITY OF CLEARWATER Coachman Park Redevelopment September 2019 |2CITY OF CLEARWATER Imagine Clearwater Community Vision The Downtown Clearwater waterfront will be an active, authentic, iconic civic and open space that celebrates Clearwater’s history, natural beauty,culture, and diversity and anchors an economically vibrant downtown. -2017 Master Plan |3CITY OF CLEARWATER We expect our public spaces to... Be inclusive and accessible Support social infrastructure and foster community connection Be environmentally sustainable Drive economic development Coachman Commons A vibrant, multi- use public park and arts destination available to residents and visitors year-round. Coachman Commons –Active: A public space that is available 365 days a year with art, events and activations for residents and visitors alike. –Authentic: Highlighting the city’s unique assets at the downtown waterfront as a versatile destination. –Iconic: Providing a high-quality arts destination and public space that uses light, sound and technology to immerse and engage visitors. –Open: Connected sets of public places impact civic engagement, environmental sustainability and economic development. |6CITY OF CLEARWATER “Commons” ➢“Commons” verbiage equates resources available for all members of a society and creates shared language ➢Transitions the Imagine Clearwater initiative into concrete concept as the city moves from planning to construction ➢Captures both physical assets, like Coachman Park, the library, and waterfront activity, but also the spirit of a shared civic commons and public space that is available and accessible to everyone Objectives ➢Re-establish the public’s ownership of the city’s waterfront public space ➢Energize and engage the community around new concept for Coachman Commons |9CITY OF CLEARWATER |10CITY OF CLEARWATER |11CITY OF CLEARWATER |12CITY OF CLEARWATER |13CITY OF CLEARWATER |14CITY OF CLEARWATER |15CITY OF CLEARWATER |16CITY OF CLEARWATER |17CITY OF CLEARWATER |18CITY OF CLEARWATER |19CITY OF CLEARWATER Coachman Commons September 2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6694 Agenda Date: 9/5/2019 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Fence Code - Councilmember Polglaze SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6628 Agenda Date: 9/5/2019 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 11.2 SUBJECT/RECOMMENDATION: 5G Small Cell Technology - Councilmember Allbritton SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 9/5/2019 Resolution 19-29 RESOLUTION NO 19-29 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA URGING THE FEDERAL GOVERNMENT TO CONDUCT A DEFINITIVE STUDY OF THE HEALTH EFFECTS OF 5G TECHNOLOGY AND TO DEVELOP INSTALLATION GUIDELINES, IF NECESSARY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, small cell wireless equipment is designed to boost cellular service through 5G technology of which many have raised concerns about the health risks; and WHEREAS, it appears that no federal agency has conducted a widely accepted, definitive scientific study of the health impacts of any extremely high or “millimeter wave” frequencies above 24GHz; and WHEREAS, it is the City of Clearwater’s understanding that current Federal Communication Commission standards for radio-frequency radiation emissions have not been updated since 1996, except for regulations to facilitate installation of 5G technology equipment; and WHEREAS, the City of Clearwater believes it is in the best interest of its residents and visitors, as well as of all citizens, for the Federal Government to initiate a scientific review of the health and economic impact of 5G technology NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City of Clearwater, Florida, urges the Congress of the United States to authorize and fund a federal study on the health impacts of small cell wireless and 5G technology and to develop nationwide guidelines for the installation of such technology that will protect and serve the public and the nation, if such study is found not to impact adversely the public’s well-being. Section 2. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this ____________day of ______________2019. ___________________________ George N. Cretekos, Mayor Approved as to form:Attest: _____________________________________________________ Pamela A. Akin Rosemarie Call City Attorney City Clerk FREQUENTLY ASKED QUESTIONS FENCES WHEN ARE PERMITS REQUIRED TO INSTALL OR REPLACE A FENCE? WHERE MAY FENCE BE LOCATED? Fences may be placed anywhere on private property up to the property line so long as height restrictions and sight visibility standards are met. Fences must also he located at least two feet from sidewalks. HOW TALL CAN MY FENCE BE? Fence height is measured from grade to the top of the tallest portion of the fence, column or post. Fences located on single-family, duplex, triplex, and commercial properties may be up to six (6) feet tall in rear and side yards and up to four (4) feet tall in front yards. Industrial properties may have fences up to eight (8) feet tall on all sides. Multi -family and mobile home communities may have fences up to six (6) feet tall on all sides. Decorative gates and gate support posts may extend up to eight (8) feet in height for multifamily, subdivisions, and mobile home communities. WHAT KIND OF FENCE MATERIALS ARE ALLOWED? DO I NEED A SURVEY FOR A FENCE PERMIT? WHICH DIRECTION MAY THE FENCE FACE? ARE FENCES ALLOWED IN EASEMENTS? TREE REMOVAL 138-3700. - Purpose and intent. Fences and walls should be used to define ownership. create privacy, ensure protection, and provide screening. Fences and walls should be designed and sited to isure their intended purpose while recognizing and responding to the community character and ensuring public safety. rd. No. 18-36 § 3(Att. 8), 10-23-18) 138-3701. - Definitions, as used in this section. a) Decorative as applied to walls means that a wall is masonry with a stucco finish; has a finish of natural materials, such as brick, stone, or glass block; or hi a finish which is accepted for use in the industry. b) Decorative as applied to fences means that a fence is made of PVC fence material, wrought iron, or aluminum pickets, or is a painted or stained shadow- box or board -on -board type fence. c) Hedge means a continuous arrangement of three or more shrubs for the purpose of screening or dividing spaces which are planted and maintained to create an open space Tess than two feet wide by six feet high between each shrub. d) Semi-opaque means and includes fence and wall components which have opacity of 25 percent or less, excluding vertical support posts, for the purpose t maintaining some visibility. rd. No. 18-36 § 3(Att. B), 10-23-18) 138-3702. - General requirements. a) Residential fences and walls. In residential districts, walls and fences are subject to the following height limits: 1) Within the required side and rear setback area: six feet for a fence or wall of any style; or eight feet for a decorative fence or wall along secondary arterial and collector frontages. 2) Within the required front setback area: a. Three feet for a fence or wall of any style; additional height may be added for semi-opaque decorative toppers, the complete fence or wall shal not exceed a total height of five feet. b. Four feet for a decorative fence or wall; additional height may be added for semi-opaque decorative toppers, the complete fence or wall shall not exceed a total height of five feet. c. Eight feet for a decorative fence or wall when one ofthe following conditions apply: 1. The fence or wall encloses the perimeter of a development adjacent to roads classified as collector streets or arterial roads. In such case: must be located at least two feet from the right-of-way and shall be landscaped with two trees for each 100 lineal feet and hedge materiz planted, in keeping with the intent of chapter 166, article 11. trees should be planted at least five feet in distance from the wall to allow adequate room for growth. Hedges within sight triangles must be maintained at no more than three feet above pavement. The fence or wall must be reviewed and approved as part of a site plan or as a modification to an approved site plan. This includes the requirement that plans submitted be signed and sealed by a registered professional engineer in the State of Florida, thereby certifying tf the fence or wall as proposed will not cause a sight distance obstruction for vehicles maneuvering on the adjacent or any nearby street system. Minimum sight triangle requirements for maintaining adequate sight distance are detailed in the appendix to this section. 2. The subject property is a corner lot, double frontage lot, or other multiple frontage lot, and the fence will be located within a setback are from the adjacent right-of-way for which the property is not addressed. In such case, the applicant must obtain from the county traffic engineer a written statement of no objection that the fence as proposed will not cause a sight distance obstruction for vehicles maneuvering on the adjacent or any nearby street system. Such statement shall be in accordance with standard safe engineering practic as established by Pinellas County. The applicant for such permit shall provide to Pinellas County detailed Information to show that these conditions are met. b) Rural residential districts (R -A, R.E and R -R). Split rail fences may be permitted up to six feet within the required front setback area. Such fences shall maintain at least 50 percent transparency. c) Nonresidential fences and walls, In nonresidential districts, walls and fences are subject to the following height limits: 1) Within the required side and rear setback area: six feet for a fence or wall of any style, except when required as part of a Type 2 Review (special exception) or (Type 3 Review (conditional use) approval. 2) Within the required front setback area: a. Three feet for a fence or wall of any style; additional height may be added for semi-opaque decorative toppers. the complete fence or wall sh not exceed a total height of five feet. b. Four feet for a decorative fence or wall; additional height may be added for semi-opaque decorative toppers, the complete fence or wall shal not exceed a total height of five feet. i